Opportunity

SAM #N0017326SNTS08

Sole Source Lynx MOSA.ic Software License and Support for Naval Research Laboratory

Buyer

NRL

Posted

April 27, 2026

Respond By

May 04, 2026

Identifier

N0017326SNTS08

NAICS

511210, 513210, 541512

This opportunity involves the planned sole source procurement of a Lynx MOSA.ic software license and support for the Naval Research Laboratory (NRL): - The NRL requires a one-year subscription to Lynx MOSA.ic, including LynxSecure (hypervisor, LynxOS) and Lynxelement (Unikernel) - The subscription includes premium support, service pack updates, release updates, release upgrades, and support portal access - Lynx Software Technologies Inc. is the OEM and only authorized source for this software in the U.S.; no third-party resellers are permitted - The software is needed for secure separation of computer tasks and to protect critical flight data, ensuring compatibility with existing code and meeting security certification requirements - The procurement is justified as sole source under FAR 13.106-1(b)(1) and 41 USC 1901, but other firms may submit capability statements for consideration - The period of performance is a one-year subscription, with delivery required no later than June 29, 2026 - The place of performance and delivery is the Naval Research Laboratory, 4555 Overlook Ave SW, Washington, DC 20375-5328

Description

This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. Only one source is reasonably available to satisfy agency requirements.

The U.S. Department of Navy, Naval Research Laboratory (NRL) Contracting Division intends to enter into a sole source firm fixed price contract with Lynx Software Technologies Inc., in accordance with FAR 13.106-1(b)(1) and 41 USC 1901, for a one-year Lynx MOSA.ic software license.

The license is only available from Lynx, the Original Equipment Manufacturer, and is required to meet precise compatibility with previously developed code and security certification. (See redacted J&A attached.)

This notice is being posted to meet the requirements of FAR Subpart 5.2. A solicitation will not be posted; however, any firm that believes it can meet this requirement may give written notification to the Contract Specialist within seven days of publication of this announcement. Supporting evidence must be in sufficient detail to demonstrate the ability to provide the required items. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered. However, a determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government.

View original listing