The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
***NO GREY MARKET ITEMS AS ALL ITEMS/MATERIAL MUST BE NEW***
The Contract Line Items (CLINs) is as follows:
CLIN 0001-51428562 – TOP OPENING LEAD SHIELD – QTY: 2
11" ID X 16" DEEP X 4" WALL. (SEE SUPPLEMENTAL DESC) ITEM# 747
MFR: MIRION TECHNOLOGIES (CANBERRA) INC .
DESC: INCLUDES STANDARD HEIGHT TABLE WITH ADJUSTABLE FEET.
PURPOSE
Purchase and delivery of (2) Model 74 7 Top Opening Lead shields and (2) detector lifts quoted by Mirion Technologies in Quote Q-109649.
SCOPE OF WORK
This contract is to purchase (2) Model 747 Top Opening Lead shields and (2) detector lifts to include shipping to Norfolk Naval Shipyard.
The required period of performance is from contract award through shipment of materials to NNSY.
SHIPPING DIRECTIONS
The vendor is responsible for shipping the material to NNSY (shipping address).
PLACE OF PERFORMANCE
Mirion Technologies (Canberra), hie.
800 Research Parkway
Meriden CT, 06450, USA
Mirion Technologies is the OEM for the materials to be purchased.
POC: TBD
NNSY SHIPPING ADDRESS
Norfolk Naval Shipyard
Receiving Officer, Building 276
Portsmouth, VA 23709
ATTN: TBD
TECHNICAL CONTACT INFORMATION
TBD
INVOICE CERTIFYING OFFICER
TBD
CLIN 0002-51428563 – DETECTOR LIFT – QTY: 2
DETECTOR LIFT, FOR USE WIITH MAC, BIG MAC, AEGIS OR CP5 PLUS. SHIELD ADAPTER AEGIS-7415ADAPT, AEGIS-7415 (ADAPT IS ALSO NEEDED FOR MOUNTING AN AEGIS TO THE LIFT.) MFR: MIRION TECHNOLOGTIES, (CANERRA) INC.
PURPOSE
Purchase and delivery of (2) Model 74 7 Top Opening Lead shields and (2) detector lifts quoted by Mirion Technologies in Quote Q-109649.
SCOPE OF WORK
This contract is to purchase (2) Model 747 Top Opening Lead shields and (2) detector lifts to include shipping to Norfolk Naval Shipyard.
The required period of performance is from contract award through shipment of materials to NNSY.
SHIPPING DIRECTIONS
The vendor is responsible for shipping the material to NNSY (shipping address).
PLACE OF PERFORMANCE
Mirion Technologies (Canberra), hie.
800 Research Parkway
Meriden CT, 06450, USA
Mirion Technologies is the OEM for the materials to be purchased.
POC: TBD
NNSY SHIPPING ADDRESS
Norfolk Naval Shipyard
Receiving Officer, Building 276
Portsmouth, VA 23709
ATTN: TBD
TECHNICAL CONTACT INFORMATION
TBD
INVOICE CERTIFYING OFFICER
TBD
Please see the attached solicitation. The requirement will be solicited as Other than Open Competition – Sole Source with Lowest Price Technically Acceptable (LPTA) as evaluation factors. The NAICS code applicable to this procurement is 334290, Other Communications Equipment Manufacturing with a size standard of 800 employees. The Product Service Code is 2811. The solicitation document incorporates provisions and clauses in effect through FAC 2024-01 and DFARS Change Notice 10/30/2023.
The anticipated delivery date for this acquisition is 12 WEEKS ARO for both CLINS. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM125Q0123 and it is expected to be available on or about 27 JUNE 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 2:00 PM EST on 03 JULY 2025. Responses to the solicitation notice shall be emailed to the attention of LaTasha Pearson at latasha.pearson@dla.mil. Please make sure that the solicitation number (SPMYM125Q0123) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM125Q0123. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to LaTasha Pearson at latasha.pearson@dla.mil