IPTV DECODERS
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 soliciting quotations for IPTV Decoders and associated components. This is a Total Small Business Set-Aside combined synopsis/solicitation, structured as a Request for Quotations (RFQ) on a Firm Fixed-Price (FFP) basis. Quotations are due by February 9, 2026, at 5:00 PM EST.
Scope of Work
NRL seeks to purchase new IPTV Decoders, which must be "Brand Name or Equal" in accordance with FAR 52.211-6. The procurement includes specific items such as EP 6 Decoders (sold separately from accessories), power supplies, remote controls, IR extenders, and IPTV Middleware software licenses. Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, providing documentation to confirm authorization. No remanufactured or "gray market" items are acceptable, and all equipment must be covered by the manufacturer's warranty. The opportunity also details 'Gold Service Programs' for 24/7 support and software updates, and 'Service/Warranty Catch Up Fees' for expired plans.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 334310 (750 employee size standard)
- PSC: 5895 (Miscellaneous Communication Equipment)
- Response Due: February 9, 2026, 5:00 PM EST
- Published: February 3, 2026
- Place of Performance: U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375
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) methodology. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be selected. The Government may award without discussions or negotiations.
Submission Instructions
Quoters must submit one copy of their technical and price quote via email to James Chappell (james.e.chappell2.civ@us.navy.mil). Submissions must include the company's DUNS Number and CAGE Code. Offerors must also include a statement confirming acceptance of the solicitation's terms and conditions or listing any exceptions with rationale. Active registration in SAM.gov is required.