PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE
SOLICITATION NUMBER
75N95024R00122
TITLE
Security Support Services for NCATS Access Controlled Doors at 9800 Medical Center Drive, Rockville, MD 20850
CLASSIFICATION CODE
R499 Support, Professional: Other
NAICS CODE
561621-Security System Services
RESPONSE DATE
September 18, 2024
PRIMARY POINT OF CONTACT
Nick Niefeld
Contract Specialist
nick.niefeld@nih.gov
(301) 827-2094
DESCRIPTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The Contractor shall provide ongoing support and administration assistance for the security system to ensure the mandated level of security is maintained throughout the life of the system which stores an electronic record of access events, which could be invaluable during a DEA site audit; specifically, Datawatch's application authenticates, validates, revokes, monitors, and ensures that only authorized personnel will have access to restricted facilities. They are able to assist a customer in the enrollment process and we are able to apply system upgrades remotely as new changes to these requirements occur.
1. The Contractor shall provide technical support (by telephone and/or email) and remote diagnostics support to the Government. If remote diagnostics is unable to resolve an system-related issue, the Contactor shall provide certified, trained service provider(s) on a priority response basis to address issue.
2. The Contractor shall provide technical support 24/7 due to the nature of the facility and its need to be continuously monitored and secured.
3. The Contractor shall provide certified, trained service provider to perform diagnostics and technical support.
4. On-site service and support shall be available during operating hours of facility between the hours of 8:00 AM and 5:00 PM of Monday through Friday, excluding Federal holidays. Any requests shall be responded to by the Contractor within 24 hours Monday Friday.
5. The Contractor shall provide to the Government all necessary documentation, travel and transportation and other related services required to maintain the security system in fully functioning condition.
6. The Contractor's obligation to provide the services covered by the agreement for the security system is conditioned upon the end user: (1) notifying the Contractor of any malfunction of the system or its components, (2) providing necessary information to the Contractor related to the malfunction, (3) providing on-site access to the system, and (4) informing the Contractor of any potential hazards which may be encountered while servicing the system.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS code 561621-Security System Services with a Size Standard of $25M.
This acquisition is NOT set aside for small businesses, but rather is a sole-source acquisition to Sartorius.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures. Contracts awarded using FAR Part 13 Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6 Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting Officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-06 dated August 29, 2024
DESCRIPTION OF REQUIREMENT
BACKGROUND, PURPOSE AND OBJECTIVES
The National Center for Advancing Translational Sciences (NCATS) is a part of the National
Institutes 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.
The Division of Preclinical Innovation (DPI) plans, conducts and uses both internal and contract
resources to advance collaborative research projects across the preclinical phases of the
translational science spectrum. Specifically, this division:
Plans, conducts and collaborates on research to develop new methods and
technologies to enhance preclinical processes.
Plans, conducts and collaborates on research to evaluate existing and developing
approaches, technologies, and processes in the preclinical spectrum.
Supports training programs relevant to preclinical phases of translational science.
Allocates DPI resources to preclinical extramural and intramural investigators.
Collaborates with other NIH Institutes and Centers and the scientists they support.
Consults with stakeholders, including patients, industry and regulators.
Door access control capability (security) support services are essential for all scientific areas including those in which Drug Enforcement Agency (DEA)- controlled substances are stored for the National Center for Advancing Translational Sciences (NCATS). A DEA license is required to be obtained and maintained to purchase and store controlled substances, which are used for experimental use and ongoing studies including the development and testing of alternative drug candidates in the NCATS Division of Preclinical Innovation (DPI).
The DPI requires these access controlled doors for all of its scientific areas including those in which Drug Enforcement Agency (DEA)-controlled substances located at 9800 Medical Center Drive. For the space currently used for controlled substance storage, it was imperative that all access controlled doors be integrated into the existing infrastructure for managerial and functional consistency. DPI hardware and software solutions employed for access control is currently provided by Datawatch Systems, Inc., which is the only source the building-owner, Alexandria Real Estate Equities (ARE), allows to provide these security services for controlled door access, thus it is a sole source requirement.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance is to be as follows:
Base Year: Oct 21, 2024 through Oct 20, 2025 (12-months)
Option Period 1 (Year 2): Oct 21, 2025 through Oct 20, 2026 (12-months)
Option Period 2 (Year 3): Oct 21, 2026 through Oct 20, 2027 (12-months)
Option Period 3 (Year 4): Oct 21, 2027 through Oct 20, 2028 (12-months)
PLACE OF PERFORMANCE
NCATS
9800 Medical Center Dr
Building B
Rockville, MD 20850
CONTRACT TYPE
A firm-fixed price type contract is planned for this acquisition, consistent with commercial practices.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Datawatch is an established company with a GSA schedule contract that provides pricing. Datawatch has
the system in place for ensuring that 9800 Medical Center Drive is secure, and it is in the best interest to continue using this service. Datawatch is the only company authorized to operate at the 9800 campus. They are the sole contractor that can provide these services.
Door access control capability (security) support services are essential for all scientific areas including those in which Drug Enforcement Agency (DEA)- controlled substances are stored for the National Center for Advancing Translational Sciences (NCATS). A DEA license is required to be obtained and maintained to purchase and store controlled substances, which are used for experimental use and ongoing studies including the development and testing of alternative drug candidates in the NCATS Division of Preclinical Innovation (DPI).
The intended source is:
Company Name: Datawatch Systems
Address: 4520 East-West Highway, Suite 200
Bethesda, MD 20814
DUNS: 604081679
CLOSING STATEMENT
This Notice of Intent to Award on a Sole-Source Basis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must provide evidence that they can provide the services that meets all of the requirements in this announcement.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95024R00122. Responses must be submitted electronically to Nick Niefeld, Contract Specialist, at nick.niefeld@nih.gov. U.S. Mail and fax responses will not be accepted.