Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

SOLE SOURCE – INTRINSIC ID BUTTERFLY PHYSICALLY UNCLONABLE FUNCTION LICENSE

Process Number N0016422Q0069

USA

Dates:


Notice ID:

N0016422Q0069

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NSWC CRANE

Office:

NSWC CRANE

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 28, 2022 04:00 pm est

Inactive Policy:

manual

Original Inactive Date:

mar 15, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

da10 - it and telecom it and telecom

NAICS Code:

511210 - software publishers

Description:


Original Set Aside:

N00164-22-Q-0069 – SOLE SOURCE – INTRINSIC ID BUTTERFLY PHYSICALLY UNCLONABLE FUNCTION LICENSE – FSG DA10 - NAICS 511210 ISSUE DATE 24 JAN 2022 – CLOSING DATE 28 JAN 2022 – 4:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Intrinsic ID Physically Unclonable Function (PUF) Software License. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Intrinsic ID, Inc. only authorized distributor EndoSec, LLC, Cage Code 6WK05, 3012 16th ST NE Washington, DC 20018, under the authority of FAR 13.106-1. This is being sole sourced because if the Government does not acquire the PUF License from EndoSec, we would need to acquire all new FPGA hardware that this particular PUF is programmed into and replace with another system with different software. This would take additional time for research and acquisition. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-22-Q-0069 is hereby issued as an attachment hereto. All changes to the requirement that occur prior to the closing date will be posted to beta SAM. It is the responsibility of interested vendors to monitor the beta SAM site for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Offers shall be e-mailed to vanessa.m.evans7.civ@us.navy.mil. All required information must be received on or before 28 JAN 2022 @ 4:00 PM EASTERN TIME.

Attachments / Links:


Document Size Updated date Download

Contact Information:


WARFARE CENTER 300 HIGHWAY 361

CRANE , IN 47522-5001

USA

Primary Point of Contacts:

Vanessa Evans