The document outlines a sole source justification for the procurement of one Mahr ICM 25 calibration fixture plate, model number 2121788, which is essential for the calibration of the Mahr model ICM 25 dial indicator calibrator. The justification cites various regulatory authorities, including FAR guidelines, permitting this exception to full competition due to the unique and specialized nature of the item, which is only manufactured by Mahr. The need for compatibility with existing systems and the potential risks associated with using non-OEM products underscore the urgency of this procurement. Furthermore, the document emphasizes the implications of sourcing alternate brands, such as unacceptable delays and additional costs to the government. The Corona Division states there are currently no plans for competitive sourcing for this type of item unless a viable alternative arises. The justification concludes with certifications of accuracy and necessity from the contracting officer, affirming that procuring this sole source aligns with the government's best interests. This document reflects standard practices in federal procurement to ensure quality and efficiency, particularly for specialized equipment.
The document N6426725Q0012 is a Request for Quotation (RFQ) from the Naval Surface Warfare Center Corona Division, seeking a Mahr ICM 25 Calibration Fixture (Model # 2121788) under a firm fixed price contract. The procurement specifies that the supplier must be an Original Equipment Manufacturer (OEM) or authorized distributor, with proof of authorization required at submission. This equipment is essential for supporting various platforms used by the organization. The document outlines the contract type, terms of delivery, tax exemptions, and packaging requirements according to industry standards. Additionally, it details inspection and acceptance criteria, emphasizing that supplies will be inspected at the destination by the government. The contractor is responsible for obtaining necessary permits and licenses for compliance with relevant laws. Procedures for late delivery notifications, payment processing using the Wide Area Workflow (WAWF) system, and various applicable federal contract clauses are included, reinforcing the structured approach to ensuring suppliers meet mandatory requirements. This RFQ reflects standard practices in government procurement, focusing on quality, verification, and regulatory compliance while promoting fair competition among potential suppliers.