NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION
75P00125Q00070
TITLE: NIDCD MATLAB Institute-Wide License
(i) This is a non-competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75P00125Q00070 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures and FAR Part 12 - Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.
THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Deafness and other Communication Disorders (NIDCD) intends to negotiate a firm fixed price contract without providing for full and open competition (Including brand-name) to Mathworks Inc.3 Apple Hill Drive, Natick, MA 01760. This acquisition is limited to this source because Mathworks is the sole manufacturer and source of of this software solution. Matlab has been utilized for several years and NIDCD has been using this specific software analyzing data sets. MATLAB provides flexibility and adaptability that make it a necessary component in our ongoing research projects. There is no other software that can fulfill this requirement. This requisition is a re-compete of purchase order 75N98024P02983.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective August 7, 2025.
(iv) The associated NAICS code is 513210 and the Small Business size standard is $47M. This requirement is non-competitive, and no set-aside restrictions are applicable.
(v) The National Institute of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives.
The National Institute on Deafness and other Communication Disorders (NIDCD)
is a part of the National Institute of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.
As such, NIDCD requires renewal licenses for the MathWorks MATLAB software package, which is used for the scientific build and deploy machine learning models that will allow our scientists to handle their 3D workloads.
The MATLAB Campus-Wide Suite must support compatibility with widely used open-source libraries (e.g., TensorFlow) to ensure scalable and efficient machine learning and numerical computation.
(vi) The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated delivery is:
Period of Performance is September 30, 2025 – August 31, 2026
(vii) Delivery Location:
The National Institute on Deafness and other Communication Disorders (NIDCD)
31 Center Drive
Bethesda, MD 20892
Licenses information must be delivered electronically via email to the Government POC.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
Award will be made on a sole source basis to MathWorks, Inc. at a fair and reasonable price.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.
(xi) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.
The following FAR provisions or clauses are incorporated by reference:
52.204-7, System for Award Management (Nov 2024)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-16, Commercial and Entity Code Reporting (Aug 2020)
52.204-18, Commercial and Entity Code Maintenance (Aug 2020)
52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Nov 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
Invoice and Payment Instructions (3/2023)
HHSAR 352.239-73, Electronic Information and Technology Accessibility Notice (DEC 2015)
HHSAR 352.239-74, Electronic and Information Technology Accessibility (DEC 2015)
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition
(xiii) HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System.
(xiv) The offeror must complete and return FAR 52.204-24 with its offer.
(xv) This acquisition is being conducted on a sole source basis with MathWorks, Inc. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
In addition, the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
All responses must be received by September 23, 2025, 12:00 pm, Eastern Standard Time and reference number 75P00125Q00070 Responses shall be submitted electronically to Michelle Cecilia, Contracting Officer, michelle.cecilia@hhs.gov.
Responses must include a completed FAR 52.204-24 d(1) representation.
Fax responses will not be accepted.
(xvi) The name of the individual to contact for information regarding the solicitation:
Michelle Cecilia, Contract Specialist, michelle.cecilia@hhs.gov.