Closed Solicitation · DEPT OF DEFENSE

    PHASED ARRAY ULTRASONIC TESTING PAUT MACHINES, BNM FOR OMNISCAN BY EVIDENT SCIENTIFIC (FORMERLY OLYMPUS SCIENTIFIC).

    Sol. SPMYM325Q3147Combined Synopsis/SolicitationPORTSMOUTH, NH
    Closed
    STATUS
    Closed
    closed Sep 17, 2025
    POSTED
    Sep 12, 2025
    Publication date
    NAICS CODE
    334519
    Primary industry classification
    PSC CODE
    6635
    Product & service classification

    AI Summary

    This opportunity is a combined synopsis/solicitation for phased array ultrasonic testing machines from Evident Scientific. The solicitation is for specific equipment required at the Portsmouth Naval Shipyard, and only brand name products will be accepted. Quotations must meet detailed specifications and be submitted by the deadline of September 17, 2025.

    Contract details

    Solicitation No.
    SPMYM325Q3147
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    September 12, 2025
    Response Deadline
    September 17, 2025
    NAICS Code
    334519AI guide
    PSC / Class Code
    6635
    Primary Contact
    Emily Kritzman
    State
    NH
    ZIP Code
    03801-5000
    AI Product/Service
    product

    Description

    This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM325Q3147. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-05 and DFARS Change Notice 2025-0910. 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 these addresses: 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 6635 and the NAICS code is 334519. The Small Business Standard is 600. This is a Full and Open solicitation. 

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

    This requirement is a BRAND NAME MANDATORY solicitation for Evident Scientific (formerly Olympus Scientific) equipment, due to the fact this equipment is the only PAUT instrumentation approved for use at the Portsmouth Naval Shipyard (PNS), in accordance with Non-Destructive Testing Instruction NDTI 135-237. 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. Failure to provide this information may result in your quotation being determined technically unacceptable. This may include, but is not limited to: traceability documentation from the manufacturer confirming part numbers, detailed specification sheets and images of the component parts. 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:

    CLIN 0001: OmniScan X4, Item Q1000290, in accordance with the attached RFQ. 
    CLIN 0002: Chain scanner, Item Q7500213, in accordance with the attached RFQ.
    CLIN 0003: Phased Array Probe, Item Q3300180, in accordance with the attached RFQ.
    CLIN 0004: Standard Wedge, Item Q3300256, in accordance with the attached RFQ.
    CLIN 0005: WeldROVER scanner, Item U8750052, in accordance with the attached RFQ.
    CLIN 0006: Shipping & Handling, in accordance with the attached RFQ.

    The attached RFQ form MUST be completed. 


    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:

    Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions (P) and clauses are applicable to this procurement:


    52.203-11 (P), Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. 
    52.203-12 Limitation on Payments to Influence Certain Federal Transactions.
    52.204-7 (P), System for Award Maintenance 
    52.204-13, SAM Maintenance
    52.204-16 (P), Commercial and Government Entity Code Reporting.
    52.204-17 (P), Ownership or Control of Offeror. 
    52.204-18 Commercial and Government Entity Code Maintenance. 
    52.204-19, Incorporation by Reference of Representations and Certifications
    52.204-21 Basic Safeguarding of Covered Contractor Information Systems.
    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
    52.211-14 (P), Notice of Priority Rating. Rated DO.
    52.211-15, Defense Priority And Allocation Requirements. 
    52.211-17, Delivery of Excess Quantities
    52.212-1 (P), Instructions to Offerors - Commercial Items;
    52.212-3 Alt 1 (P), Offeror Reps and Certs
    52.212-4, Contract Terms and Conditions – Commercial Items
    52.219-1 Alt 1 (P), Small Business Program Representations 
    52.225-25 (P), Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs
    52.232-39, Unenforceability of Unauthorized Obligations
    52.242-15, 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 (P), Solicitation Provisions Incorporated by Reference
    52.252-2, Clauses Incorporated by Reference

    DEV 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
    52.219-4    Notice of Price Evaluation Preference for HUBZone
    52.219-28    Post-Award Small Business Program Representation
    52.222-3    Convict Labor
    52.222-19    Child Labor
    52.222-35    Equal Opportunity for Veterans
    52.222-36    Equal Opportunity for Workers with Disabilities
    52.222-37    Employment Reports on Veterans
    52.222-50    Combating Trafficking in Persons
    52.223-11    Ozone Depleting Substances
    52.223-23    DEV Sustainable Products and Services
    52.225-13    Restriction on Certain Foreign Purchases
    52.226-8    Encouraging Contractors to Ban Text Messaging While Driving
    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 PROVISIONS

    252.203-7000 Requirements Relating to Compensation of Former DoD Officials,
    252.203-7002, Requirement to Inform Employees of Whistleblower Rights
    252.203-7005 (P), Representation Relating to Compensation of Former DoD Officials
    252.204-7003. Control of Government Personnel Work Product
    252.204-7009 Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information 
    252.204-7015, Disclosure of Information to Litigation Support Contractors
    252.204-7016 (P), * See Attachment for this provision.
    252-204-7017 (P), 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.
    252.204-7024 (P), Notice on the Use of the Supplier Performance Risk System 
    252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
    252.211-7003, Item Unique Identification and Valuation 
    Para (c)(i): Exempted from IUID by Military Service Customer. Supplier should check IUID exemption box in WAWF.
    252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
    252.223-7008 Prohibition of Hexavalent Chromium
    252.225-7002 Qualifying Country Sources as Subcontractors 
    252.225-7012 Preference for Certain Domestic Commodities. 
    252.225-7021 Trade Agreements  
    252.225-7048, Export Controlled Items
    252.225-7055 Representation Regarding Business Operations with the Maduro Regime
    252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime.
    252.225-7059 (P), 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 
    252.232-7010, Levies on Contract Payments
    252.243-7001, Pricing of Contract Modifications
    252.244-7000, Subcontracts for Commercial Items
    252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System 
    252.246-7008, Sources of Electronic Parts 
    252.247-7023, Transportation of Supplies By Sea

    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 (SEP 2021) 
    C14 Repackaging or Relabeling to Correct Deficiencies (MAY 2020)
    C20 Vendor Shipment Module (VSM) (NOV 2022)
    E05 Product Verification Testing (MAY 2020)
    H10 Exceptions to Requirement for All Sources of Supply to Have DLA Controlling Authority Approval to Access DLA Controlled Technical Data or Information for Contract Performance (MAY 2024). 
    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 (JUN 2020, MAR 2023)
    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 C500: Mercury Control (Supplies)
    YM3 C528: Specification Changes
    YM3 D2: Marking of Shipments 
    YM3 D4: Preparation for Delivery (Commercially Packaged Items)
    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 at 03:00 PM EST local time on 9/17/2025. POC for this solicitation is Emily Kritzman who can be reached by email (below). 

    METHOD OF SUBMISSION:  Offers shall be emailed. 
    Please submit quotations via email at Emily.Kritzman@dla.mil 
    Quotes also to: DLA-KME-QUOTATIONS@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 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.


    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 ********


     

    Key dates

    1. September 12, 2025Posted Date
    2. September 17, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PHASED ARRAY ULTRASONIC TESTING PAUT MACHINES, BNM FOR OMNISCAN BY EVIDENT SCIENTIFIC (FORMERLY OLYMPUS SCIENTIFIC). is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.