SOLICITATION NOTICE
88 -- Rodents and Rabbits in Support of Research at NAMRU-San Antonio
- Notice Date
- 3/2/2016
- Notice Type
- Presolicitation
- NAICS
- 112930
— Fur-Bearing Animal and Rabbit Production
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N39467FY16CRL
- Archive Date
- 4/1/2016
- Point of Contact
- Amber N. O'Bryan, Phone: 3016198892
- E-Mail Address
-
amber.n.obryan.civ@mail.mil
(amber.n.obryan.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of 10 USC 2304(c)(1) and FAR 13.501(a) to Charles River Laboratories, Inc. (Charles River), Wilmington, MA, 01887-1096, for a firm-fixed-price, indefinite delivery indefinite quantity, single award task order contract on a sole source basis for the delivery up to 2600 rats and mice of various strains and 80 White New Zealand Rabbits in support of research that focuses on the protection, resuscitation, and stabilization of combat casualties at echelon 1 and 2 points of care in the combat theater at the Naval Medical Research Unit San Antonio (NAMRU-SA), Fort Sam Houston, TX. The contract will have a 12-month base ordering period and two, 12-month option years. Charles River is the only available source that can be used to complete the research protocols. Charles River has been the vendor since early on in this research effort and NAMRU-SA's research effort must continue to have healthy, disease free animals from Charles River, to ensure that the scientific data generated is consistent. Switching to a new vendor would create discrepancies between the testing and increase the number of animals that would be needed as there would be no historical controls that could be utilized. Use of another vendor would result in inconsistent results and could negatively impact the integrity of the entire study. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 2:00 PM Local Time, 17 March 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: usn.detrick.navmedlogcomftdmd.mbx.research@mail.mil. Please use subject line "N39467FY16CRL".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N39467FY16CRL/listing.html)
- Record
- SN04037117-W 20160304/160302235059-d2bb10cc43fe569c1cc1e7bb64721427 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |