Opportunity

SAM #SPMYM326Q5037

DLA Maritime Portsmouth Sole Source Procurement: Mirion GC3518 Slimline HPGE Detector

Buyer

DLA Maritime Portsmouth

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

SPMYM326Q5037

NAICS

334516, 334511, 423490

The Defense Logistics Agency (DLA) Maritime - Portsmouth is seeking to procure a specialized HPGE Detector for environmental analyses at the Portsmouth Naval Shipyard. - Government Buyer: - Defense Logistics Agency (DLA) Maritime - Portsmouth (DLA-KME) - Office: Portsmouth Naval Shipyard - OEM Highlight: - Mirion Technologies Inc (Canberra) is the sole source manufacturer for this procurement - No alternative or 'equal to' products will be accepted due to NAVSEA instructions - Products/Services Requested: - GC3518 Slimline HPGE Detector (Part Number: GC3518-DET), Quantity: 1 - Includes: STD P-TYPE COAXIAL DETECTOR 1 GC3518, iPA-11-SLl0 Intelligent Preamp, CRYO-PULSE 5 PLUS, CRYOSTAT SLIMLINE LMR-0 FINALASSY, CHAMBER COAX LMR-0, STANDARD ALUMINUM ENDCAP 3.00 DIAM, COAX DETECTOR RC COLD PA ASSEMBLY, RCP PREAMP 10 FT. CABLE SET, DETECTOR LIFT, SOCS CHARACTERIZATION: STANDARD HPGE - Shipping cost for the detector (CLIN 0002), Quantity: 1 - Notable Requirements: - Compliance with NAVSEA instructions specifying the exact detector - Vendors must provide country of origin and manufacturer details for each line item - Evaluation will be based on Lowest Price Technically Acceptable (LPTA) - Vendor registration in SAM is required - Place of Performance: - Portsmouth Naval Shipyard, Kittery, Maine

Description

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing HPGE Detector IAW attached documents (Notes: Vendor shall list the country of origin for each line item & If not the actual manufacturer- Manufacturer's Name, Location, and Business Size must be provided) . This requirement is solesourced to Mirion Technologies (Canberra).  “Equal To” submittals will not be considered; this item is specifaiclly called out in NAVSEA instructions for use in performing environmental analyses. Deviation from the NAVSEA requirements discussed above would require significant cost and delays to the government in delivering ships back to the Navy, due to validating that other technology would meet the existing requirements, training in new systems and developing new procedures based on the hardware from a different vendor.

NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 2S2.204-7016, AND

252.204-7019AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

This announcement will close 4/06/2026 at 12:00 PM EST. All responsible sources may submit a quote which shall be considered by the agency. Please submit quotations via email at robert.dowdle@dla.mil & 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

View original listing