CONVERTERS & EXTENDERS
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 Department of the Navy, Naval Research Laboratory (NRL), is seeking quotations for CONVERTERS & EXTENDERS from Virginia Diodes. This is a Total Small Business Set-Aside for new, brand-name equipment, to be awarded on a Firm-Fixed-Price (FFP) basis. Quotations are due April 20, 2026, at 11:00 AM.
Scope of Work
NRL requires the purchase of specific electronic modules, including:
- WR10CCD-B Compact DownConverter Module (75-110 GHz)
- WR10CCU-B Compact UpConverter Module (75-110 GHz)
- WR10PSG - Portable Signal Generator Extension Module (75-110GHz)
- WR10PSA - Portable Spectrum Analyzer Extension Module (75-110GHz)
All items must be new, brand-name equipment from Virginia Diodes, covered by the manufacturer's warranty. Vendors must be an Original Equipment Manufacturer (OEM) or an authorized dealer, distributor, or reseller, and must provide documentation from the manufacturer confirming their authorization. Delivery is to the U.S. Naval Research Laboratory in Washington, DC 20375, with FOB Destination preferred.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
- Contract Vehicle: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 334515
- PSC: 5999 - Miscellaneous Electrical And Electronic Components
- Response Due: April 20, 2026, 11:00 AM
- Published: April 16, 2026
Submission & Evaluation
Offerors must submit one technical and price quote via email to Marche.T.Hampton.civ@us.navy.mil. Submissions must include the company's DUNS Number and Cage Code, and reference the solicitation number. A statement accepting the solicitation's terms and conditions (with or without exceptions) is required. Award will be made to the responsible offeror whose quote 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 technically acceptable offer(s) will be considered for award. An active System for Award Management (SAM) registration is mandatory.
Point of Contact
All questions regarding this solicitation must be submitted via email to Marche Hampton at Marche.T.Hampton.civ@us.navy.mil.