Sources Sought THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the VA Portland Health Care System (VAPHCS): Supply of animals (including shipment and crating of animals) for the research department at the VA Portland Health Care System (VAPORHCS). This will be a firm-fixed price contract, base plus four (4) option years. STATEMENT OF WORK (SOW) 1. Contract Title. Live Animals for Portland VA Medical Center from Charles River Laboratories, Inc. 2. Background. This is a five-year contract for laboratory animals. 3. Scope. This contract covers the supply of animals for the research department at the VA Portland Health Care System (VAPORHCS) 4. Specific Tasks. Task 1: Contractor will deliver products on a regular basis, as ordered. Contractor will provide exactly the types, brands and amounts of animals as ordered, with no substitutions. Quantities ordered per week will vary based on current needs. Contractor must deliver animals on date specified on the order. Contractor must deliver animals within one day of order in emergency situations. Task 2: Provide free consultation services with board-certified pathologists who conduct in-service educational opportunities. Task 3: Provide free shipment of animals and delivered directly to VAPORHCS. 5. Performance Monitoring (if applicable). Animal Facility staff will inspect the delivered items upon arrival, to make sure that the delivered items are exactly those ordered, with no broken items or compromised packaging, and with no substitutions. Animal Facility staff will compare order dates to delivery dates to ensure that delivery was made in a timely manner. 6. Security Requirements The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. No background investigation is required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be required to satisfy this contract. 8. Other Pertinent Information or Special Considerations. To maintain the necessary integrity and consistency of research, we must use a distributor who can furnish the exact items listed in the quote. Items provided CANNOT be equivalent and MUST be directly delivered to the VAPORHCS. a. No follow-up work necessary. b. No conflicts of interest: No COI c. Inspection and Acceptance Criteria. The Point of Contact (POC) or Animal Facility staff will inspect shipments to ensure that the delivered items are exactly those ordered, with no broken items or compromised packaging, and with no substitutions. 9. Risk Control These products are not harmful to humans, irradiated, and will be delivered/used in research specific areas, therefore no patients will be exposed to risk. 10. Place of Performance. Products will be delivered to a government site the VAPORHCS, Portland campus VMU, Bldg 101 loading dock and Bldg. 103 loading dock. 11. Period of Performance. Base: 03.01.26 - 02.28.27 OY1: 03.01.27 - 02.29.28 OY2: 03.01.28 - 02.28.29 OY3: 03.01.29 - 02.28.30 OY4: 03.01.30 - 02.28.31 12. Delivery Schedule. Orders will be placed on an as-needed basis. Contractor must deliver within one week of routine orders, and within one day of orders placed in emergency situations. Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at nazanin.kreiner@va.gov no later than January 27, 2026, 1:00PM Mountain Time. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI, country where product is manufactured, and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 112990 Size Standard: 2.75 Million is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.