900 MHz 11.5 dbi Sector Antenna
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Research Laboratory (NRL) in Washington, DC, is seeking to purchase 900 MHz 11.5 dbi Sector Antennas under a Total Small Business Set-Aside. This is a Request for Quotations (RFQ) for commercial items, with responses due by April 14, 2026, at 1:00 PM EST. The procurement is for new equipment only, requiring brand name or equivalent items.
Scope of Work
This opportunity requires the supply of 40 units of 11.5 dBi 900 MHz Horz. Sector Antenna Cables, Part #: KPPA-900-120-11.5, as detailed in the "LIST OF SUPPLIES.pdf" document. Bidders must also account for shipping and handling costs. All items must be new equipment, not remanufactured or "gray market," and covered by the manufacturer's warranty. Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation confirming this authorization.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for Commercial Items
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 13.003 (b)(1))
- NAICS Code: 334220 (Small Business Size Standard: 1250 employees)
- PSC Code: 5985 (Antennas, Waveguide, And Related Equipment)
- Response Due: April 14, 2026, 1:00 PM EST
- Published Date: April 7, 2026
- Delivery Address: US Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375. FOB Destination is the preferred method.
Evaluation
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Offers will be ranked by price, and the lowest-priced offer(s) will undergo technical evaluation. Technical acceptability requires meeting all minimum requirements and specifications. The Government may award without discussions.
Submission Requirements
Quoters must submit one copy of their technical and price quote via email to elizabeth.c.harley.civ@us.navy.mil. Submissions must include the company's DUNS Number and CAGE Code. Offerors should state acceptance of the solicitation's terms and conditions or list any exceptions with rationale. Active registration in SAM.gov is required.