SPECIAL NOTICE
88 -- Rodents-Charles Rivers
- Notice Date
- 8/30/2023 9:26:35 AM
- Notice Type
- Special Notice
- NAICS
- 112930
— Fur-Bearing Animal and Rabbit Production
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Response Due
- 9/11/2023 1:00:00 PM
- Archive Date
- 09/12/2023
- Point of Contact
- Marchaunda L. Tiller, Phone: 3016193023
- E-Mail Address
-
marchaunda.l.tiller.civ@health.mil
(marchaunda.l.tiller.civ@health.mil)
- Description
- The Naval Medical Readiness Logistics Command (NMRLC), in support of the Naval Medical Research Center (NMRC) Fort Detrick MD, intends to negotiate a single-award Indefinite Delivery Indefinite Quantity (IDIQ) type contract on a sole source basis (in accordance with FAR Part 13.106-1(b)). The proposed source is Charles River Laboratories, Inc. 251 Ballardvale Street, Wilmington, MA 01887-7329. This requirement is for: up to 4,800 Sprague Dawley Rat Strain (Code: 001), up to 4,800 Sprague Dawley Rat Strain (Code 400), up to 3,200 Rats Strain (Code: 002), up to 400 Long-Evans Rats Strain (Code: 006), up to 200 Brown Norway Rats Strain (Code: 091), up to 200 Wistar Rats Strain (Code: 003), up to 600 C57BL/6 Mice Strain (Code: 027), up to 200 CFW Mice (Swiss Webster) Strain (Code: 024) These rodents are various strains at varying weights/ages. Deliveries to be scheduled at designated locations upon order.� Rodents are categorized based on weight or age depending on the strain of rodent. The animals are required for a critical, future and on-going NAMRU D scientific research effort to have healthy, disease free rodents and rabbits from one vendor, Charles River; this will ensure the scientific data generated is consistent, which is critical when testing vendor devices under that same research environment. Due to the early involvement of Charles River providing rodents, rabbits and Gerbils in this ongoing research effort; they must continue to provide this supply until the completion of the study to avoid the injection of inconsistency in study results. The genetic makeup of the rodents includes various sizes see attached list for details. It is imperative that the new data collection is being created, collected and reviewed under the same controls as previous data collection to ensure an apples-to-apples analysis is being performed. This is critical to the integrity of the entire study and can only be accomplished through the use of the same supplier. Switching to a new vendor will 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 will result in inconsistent results and negatively impact the integrity of the entire study.� The period of performance is expected to be 12 months from the date of contract approval and four additional option periods. This acquisition is being conducted under FAR Parts 12 and 13.5. The intended procurement will be classified under North American Industry Classification System (NAICS) with a Size Standard of 112930. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, respondents shall have the capability of providing sufficient number of to accommodate approximate for a period of up to three years.� All capability statements received by the due date of this notice will be considered by the Government. Capability statements shall not exceed two (8.5 x 11 inch) pages, recommend using a Times New Roman font size 11-point or 12-point font.� 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 procurement. Capability statements are due by 1600 Local Time, 11 September 2023. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following e-mail address: marchaunda.l.tiller.civ@health.mil. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/efc32708f5364c3ebcffae6fc8fb4616/view)
- Place of Performance
- Address: Wilmington, MA 01887, USA
- Zip Code: 01887
- Country: USA
- Zip Code: 01887
- Record
- SN06812360-F 20230901/230830230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |