SPECIAL NOTICE
A -- NOI to Sole Source - Veterinary Medicine Support Services in Support of USAMRIID (Bridge to W81XWH19F0375)
- Notice Date
- 11/2/2021 9:40:31 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
- ZIP Code
- 21702-5014
- Response Due
- 11/17/2021 7:00:00 AM
- Archive Date
- 12/02/2021
- Point of Contact
- Jayme L. Fletcher, Erik Przygocki
- E-Mail Address
-
jayme.l.fletcher2.civ@mail.mil, erik.j.przygocki.civ@mail.mil
(jayme.l.fletcher2.civ@mail.mil, erik.j.przygocki.civ@mail.mil)
- Description
- The United States Army Medical Research Acquisition Activity (USAMRAA) intends to issue a bridge, via a sole source contract, to Laulima Government Solutions, LLC, 12565 Research Pkwy Ste 300, Orlando, FL 32826, under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This requirement is for Veterinary Medicine support services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID). The Veterinary Medicine support services include, but are not limited to, husbandry, medicine and clinical care services (to include surgery) for all approved animal protocols at all levels of biocontainment required to support the biodefense research being performed within USAMRIID. The estimated period of performance of the requirement, including option periods, is 12 months (20 December 2021 � 19 December 2022). The short-fused, short-timeframe requirement is intended to bridge services in anticipation of award of the Defense Health Agency (DHA) OMNIBUS IV Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contracts. The award of a sole source, bridge contract will help establish a stop-gap measure to provide the services required to meet the existing mission of USAMRIID. Laulima Government Solutions, LLC is the only source able to meet the Government requirements. The contract employees providing the services are required to be enrolled in the Army�s Biological Personnel Reliability Program (BPRP). Historically the process to enroll a new individual into the Army BPRP has taken at least 12 months to complete the process. The services require BPRP, which is highly specialized and unique. Laulima Government Solutions, LLC already has BPRP certified personnel in place capable of providing veterinary medicine support services during the 12-month requirement; thus, avoiding a lapse in service. Given USAMRIID is the DoD�s lead laboratory for medical biological defense research, any lapse in service could result in USAMRIID not meeting its mission. At this juncture, no other contractor could replace Laulima Government Solutions, LLC and successfully recruit, submit employee packages, obtain BPRP certification, complete orientation and have their employees in place in order to avoid a lapse in service. Acquiring the services from another contractor would adversely impact the USAMRIID Veterinary Medicine Division and its ability to provide critical comprehensive husbandry, medicine and clinical care services (to include surgery) for all approved animal protocols, at all levels of biocontainment, required to support the biodefense research being performed within USAMRIID. 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 five (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 10:00 AM Eastern Time, 17 November 2021. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jayme.l.fletcher2.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1982b3adcd854c7881f454e06fe75bda/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN06168893-F 20211104/211102230112 (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 |