Debugger with Software Accessories/ License and Warranty

SOL #: N00173-26-Q-1301331873Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL RESEARCH LABORATORY
WASHINGTON, DC, 20375-5328, United States

Place of Performance

Washington, DC

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 24, 2026
2
Submission Deadline
Feb 27, 2026, 1:00 PM

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 quotations for a Debugger with Software Accessories/License and Warranty. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) on a Firm-Fixed-Price (FFP) basis. The procurement requires specific Lauterbach brand name or equal debug modules, probes, software licenses, and warranty services. Quotations are due by February 27, 2026, at 1:00 PM EST.

Scope of Work

NRL requires a debugger system including specific hardware and software components. The attached document, "C6b. Inquiry of Availability.docx," details items such as Lauterbach debug modules (e.g., LA-3507, LA-3255), probes, software licenses, and warranty services. These components are described with specific functions, compatibility (e.g., Arm cores, operating systems), and prerequisites. All items must be new equipment, covered by manufacturer's warranty, and be brand name or equal in accordance with FAR 52.211-6.

Offerors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation from the manufacturer confirming their authorization for the specific items being procured. Software licensing, warranty, and service must align with OEM terms and conditions. Maintenance renewals, if applicable, must begin on or after the contract award date.

Contract & Timeline

  • Contract Type: Request for Quotations (RFQ), Firm-Fixed-Price (FFP)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 334515 (750 employees size standard)
  • PSC Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments)
  • Response Due: February 27, 2026, 1:00 PM EST
  • Published Date: February 24, 2026
  • Place of Performance: U.S. Naval Research Laboratory, Washington, DC 20375

Evaluation Factors

Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government may evaluate offers by adding the total price for all options to the basic requirement.

Submission Instructions

Quoters must submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. Offerors must state acceptance of the solicitation's terms and conditions or list any exceptions with rationale. An active registration in SAM.gov is required. Questions must be submitted via email to the Government Point of Contact.

Government Point of Contact

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
Debugger with Software Accessories/ License and Warranty | GovScope