Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2023 SAM #7941
SOURCES SOUGHT

88 -- Rodents-Charles Rivers

Notice Date
8/23/2023 1:36:58 PM
 
Notice Type
Sources Sought
 
NAICS
112930 — Fur-Bearing Animal and Rabbit Production
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264523R
 
Response Due
8/28/2023 1:00:00 PM
 
Archive Date
08/29/2023
 
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, is seeking sources for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) for the requirement listed below.� 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. This acquisition is being conducted under FAR Parts 12 and 13. The intended procurement will be classified under North American Industry Classification System (NAICS) with a Size Standard of 112930. If capable sources are not identified through this notice, NMRLC intends to award a sole source contract under the authority of FAR 6.302-1 to Charles River Laboratories, Inc. 251 Ballardvale Street, Wilmington, MA 01887-7329. This notice 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, 28 August 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/7f1e52af7dff4ba7a6ced667ab3619f3/view)
 
Place of Performance
Address: Wilmington, MA 01887, USA
Zip Code: 01887
Country: USA
 
Record
SN06804506-F 20230825/230823230104 (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 |
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.