SPECIAL NOTICE
A -- Notice of Intent to Solicit on a Sole Source Basis - Description of Services
- Notice Date
- 9/1/2015
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-15-R-HD03
- Archive Date
- 9/30/2015
- Point of Contact
- Heather E. Dinsmore,
- E-Mail Address
-
heather.dinsmore@nrl.navy.mil
(heather.dinsmore@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Advanced Maude Support The Naval Research Laboratory intends to solicit on a sole source basis under the statutory authority permitting Other than Full and Open Competition 10 U.S. C. Section 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements to SRI International. The services to be acquired include advanced Maude support and modifications for protocol analysis, Graphical User Interface (GUI) development, and the formal analysis of n-party protocols in support of the Maude-NRL Protocol Analyzer (Maude-NPA), which involve extensive knowledge of and experience with the Maude programming environment This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interests of the Government. Interested parties may identify their interest and capability with regard to this requirement no later than 4:00 P.M. EST, 15 September 2015. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses may be submitted via e-mail if the total file size is less than 5MB. Questions concerning this requirement should be e-mailed to heather.dinsmore@nrl.navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-15-R-HD03/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN03865907-W 20150903/150901235853-9676ba625daac2d16925b6643e3e6687 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |