Search Contract Opportunities

Mirion Technologies (Canberra), Inc. Required Material

ID: SPMYM325Q6069 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at (FAR 13), as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is (SPMYM325Q6069). This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 June 11, 2025, and DFARS Change Notice 20250117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html.

The FSC Code is (6665) and the NAICS code is (334516). The Small Business Standard is 1,000 employees. This requirement is being processed utilizing with a 100% small business set-aside.

Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104.

This requirement is brand name mandatory to MIRION TECHNOLOGIES (CANBERRA), INC. due to the trunnion assembly is a direct replacement and upgrade for the OEM, Mirion Technologies, Inc., existing trunnion that is currently broken. It replaces the existing assembly used to hold the detector in place with a new assembly. The trunnion is an upgrade to the original trunnion assembly and currently offered as an upgrade to new detector systems. The new assembly positions the detector using a worm gear without physically handling the detector to position in a specific position (based on existing holes) and installing fasteners to hold the position. This system is specified and approved for use by NAVSEA 389-0362 work practices for use at naval shipyards.

Quotations received that represent a different manufacturer will not be considered for award.

Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. If not MIRION TECHNOLOGIES (CANBERRA), INC please provide proof of traceability. Failure to provide this information may result in your quotation being determined technically unacceptable.

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Interested parties need to fill out

ITEM DESCRIPTION QTY U/I

0001 ISOCS WORM GEAR DRIVE TRUNNION 01 EA

Product Code: ISOXTRUNW

Description: Work gear drive mounted on trunnion assembly for ISOCS Shield System

0002 SHIPPING COST FOR ITEM 0001 01 EA

0003 ISOCS SHIELD HOLDER WITH WORM GEAR 01 EA

Product Code: ISOXHOLDW

Description: Rotation and locking mechanism of ISOCS shield System including:

Detector carrier

ISOXTRUNW: The worm gear drive mounted on the trunnion assembly. For Aegis spectrometers: add the AEGIS ISOXADAPT adapter kit. For CP5-PLUS cryostats: add the CP5-PLUS ISOXADAPT adapter kit

0004 ADAPTOR KIT FOR CP5-PLUS ON ISOXSHLD 01 EA

Product Code: CP5-PLUS ISOXADAPT

Description:

Enables to mount CP5-PLUS on ISOXSHLD

For existing cart upgrades: only CP5-PLUS ISOXADAPT is required

For new carts only: Order CP5-PLUS ISOXADAPT in addition to ISOXSHLD

0005 FRONT OPERING SPLIT-TOP LEAD SHIELD 01 EA

Product Code: 767

Description: 11 ID x 16 DEEP x 4 WALL Includes standard height table with adjustable feet-

NOTE: All handling and installation of shield components is the responsibility of the customer. For

vertical dipstick cryostat only.

0006 DETECTOR LIFT 01 EA

Product Code: 7415

Description: For use with MAC, Big MAC, Aegis or CP5-PLUS. Shield adapter AEGIS-7415ADAPT is

also needed for mounting an Aegis to this lift.

0007 SPLIT ANNULAR PLUG (7500SLRDC ONLY) 01 EA

Product Code: ISOXTRUNW

Description: 4.7 diameter, fits shield with 4.75 diameter hole. Consult factory on shield plugs for

existing shields with 4.5 diameter holes.

0008 SHIPPING COST FOR ITEM 0007 01 EA

0009 SPIR-Ace Nal 01 EA

Product Code: NOM006100

Description: SPIR-Ace Nal SPIR-Ace with 1.4 x 2in. Nal detector (NOM004110) Genie Xport:

generates CNF spectra for offline quantification analysis with Genie 2000 Generic ISOCS

Characterization (to develop new geometries) and device-specific cal files. Regular transportation case

including: charger kit (EU/US/JP/UK AC/DC adapter, micro USB cable), earphone, user manual, quick

guide, calibration certificate. Recommended accessory (not included): KCI bottle for energy calibration

adjustments (for users who don't have access to check sources) Replaces NOM002653 (w/o Genie Xport) and SPIR-SPEC-N (w/ Genie Xport).

0010 SHIPPING COST FOR ITEM 0009 01 EA

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH

THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this provision

52.204-26* See Attachment for this provision

52.204-29 FASCSA Representation* See Attachment for this provision

52.209-5, Certification Regarding Responsibility Matters

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Products and Commercial Services

52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services

52.212-4, Contract Terms and Conditions Commercial Items

52.219-1 Alt 1 Small Business Program Representations

52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23.

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs

52.232-39, Unenforceability of Unauthorized Obligations

52.233-2 Service of Protest

52.242-13 Bankruptcy

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B-Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.253-1, Computer Generated Forms

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.204-10

Reporting Executive Compensation

52.204-27

Prohibition on a ByteDance Covered Application

52.204-30

FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

52.209-6

Protecting the Government's Interest

52.219-6

Notice of Total Small Business Set-Aside

52.219-28

Post-Award Small Business Program Representation

52.222-3

Convict Labor

52.222-19

Child Labor

52.222-50

Combating Trafficking in Persons

52.223-11

Ozone Depleting Substances

52.225-1

Buy American-Supplies

52.225-13

Restriction on Certain Foreign Purchases

52.232-33

Payment by EFT-SAM

52.232-36

Payment by Third Party

52.247-64

Preference for Privately Owned US-Flag Commercial Vessels

DFARS CLAUSES AND PROVISION

252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7003. Control of Government Personnel Work Product

252.204-7004 Antiterrorism Awareness Training for Contractors.

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2024) (Deviation 2024-O0013)

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.204-7016, * See Attachment for this provision.

252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.

252.204-7019, *See Attachment for this provision.

252.204-7020, NIST SP 800-171 DoD Assessment Requirements

252.204-7024 Notice on the Use of the Supplier Performance Risk System

252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

252.211-7003, Item Unique Identification and Valuation

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7001 Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7013 Duty-Free Entry (NOV 2023)

252.225-7048, Export Controlled Items

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.231-7000, Supplemental Cost Principles.

252.232-7003, Electronic Submission of Payment Requests

252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.246-7008, Sources of Electronic Parts

252.247-7023, Transportation of Supplies By Se

Note: Vendor shall list the country of origin for each line item.

DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)

5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution

DLA PROCUREMENT NOTES (See Attachment for Full Text)

C01 Superseded Part Numbered Items (SEP 2016)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023)

C04 Unused Former Government Surplus Property (DEC 2016)

C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)

C20 Vendor Shipment Module (VSM) (AUG 2017)

E05 Product Verification Testing (JUN 2018)

H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

L04 Offers for Part Numbered Items (SEP 2016)

L06 Agency Protests (DEC 2016)

L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations

L31 Additive Manufacturing (JUN 2018)

M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

M06 Evaluation of Offers for Part Numbered Items (SEP 2016)

LOCAL CLAUSES (See Attachment for Full Text):

YM3 A1: Additional Information

YM3 A3: Government Purchase Card Method of Payment Additional Info

YM3 C500: Mercury Control (Supplies)

YM3 C528: Specification Changes

YM3 D2: Marking of Shipments

YM3 D4: Preparation for Delivery

YM3 D8: Prohibited Packing Materials

YM3 E2: Inspection and Acceptance (Destination)

YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

YM3 M8: Single Award for All Items

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.

This announcement will close (7/24/2025 2pm ET). The Point of Contact for this solicitation is (Jannell Moriarty) who can be reached at (jannell.moriarty@dla.mil). All responsible sources may submit a quote which shall be considered by the agency.

System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for the award. Registration is free and can be completed online at http://www.sam.gov/.

If not the actual manufacturer Manufacturer's Name, Location, and Business Size must be provided.

Please submit quotations via email at (jannell.moriarty@dla.mil).

Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL

All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, PayPal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

*If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF.

******* END OF COMBINED SYNOPSIS/SOLICITATION ********

Overview

Response Deadline
July 24, 2025, 2:00 p.m. EDT Past Due
Posted
July 17, 2025, 12:50 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Kittery, ME 03904 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
92% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 7/17/25 DLA Land and Maritime issued Synopsis Solicitation SPMYM325Q6069 for Mirion Technologies (Canberra), Inc. Required Material due 7/24/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6665.
Primary Contact
Name
Jannell Moriarty   Profile
Phone
(207) 438-6395

Secondary Contact

Name
DLA-KME EMAIL BOX   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation SPMYM325Q6069

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SPMYM325Q6069

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SPMYM325Q6069

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA MARITIME > DLA MARITIME SHIPYARDS > DLA MARITIME - PORTSMOUTH
FPDS Organization Code
97AS-SPMYM3
Source Organization Code
500032827
Last Updated
July 17, 2025
Last Updated By
jannell.moriarty@dla.mil
Archive Date
Aug. 8, 2025