Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
SOLICITATION NOTICE

88 -- NAMRU-D IDIQ MICE, RODENTS AND GERBILS - List of Animals

Notice Date
1/3/2018
 
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
ADVFY18RD00005
 
Archive Date
2/28/2018
 
Point of Contact
KARL O. MOLINA,
 
E-Mail Address
KARL.O.MOLINA.CIV@MAIL.MIL
(KARL.O.MOLINA.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
List of Animals. Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 13.501 to Charles River Laboratories, Inc. 251 Ballardvale Street, Wilmington, MA 01887-7329. This requirement is for the delivery of up to 11,500 rodents of various strains at varying weights/ages, up to 200 Golden Syrian Hamsters, up to 200 Guinea Pigs, up to 200 Mongolian Gerbils and 100 White New Zealand Rabbits; 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. If capable sources are not identified through this notice, then NMLC intends to award a sole source contract under the authority of FAR 13.501 to Charles River Laboratories Inc., for the performance of the described requirement. 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 5:00 PM EST, 17 January 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: thomas.l.hood26.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/ADVFY18RD00005/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04779659-W 20180105/180103230829-d47760fa6539085e6e37ca4fa3475c50 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.