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 seeking quotations for IPTV Decoders and associated equipment and services. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. The procurement is for new, brand name or equal items, including decoders, remotes, power supplies, IR extenders, IPTV middleware licenses, and a Gold Service Program. Quotations are due by February 9, 2026, at 5:00 PM EST.
Scope of Work
NRL requires the purchase of specific IPTV equipment and services. Key items include:
- EP 6 Decoders (QTY 100): V010040409 (power supply, remote, IR extenders sold separately).
- EP 6 Decoder Remotes (QTY 100): V010390438.
- EP 6 IR Extenders (QTY 20): V010330442.
- EP 6 Power Supplies (QTY 30): V010240439.
- IPTV Middleware - 5 Licenses (QTY 20): V010300195, for specific Amino models in IPTV mode.
- Gold Service Program (QTY 1): V010200111, an annual contract covering 14% of total purchased products, including 24/7 phone support, critical software updates, and 48-hour advanced hardware replacement.
- Service/Warranty Catch Up Fee (QTY 1): ZBT0200194, for bringing expired service plans current (24 months at Silver level, capped at 2 years or $15,000).
All items must be new, brand name or equal, and covered by manufacturer's warranty. Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation of authorization.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed-Price (FFP).
- Set-Aside: Total Small Business Set-Aside (FAR 13.003(b)(1)).
- NAICS: 334310 (Small Business Size Standard: 750 employees).
- PSC: 5895 (Miscellaneous Communication Equipment).
- Response Due: February 9, 2026, 5:00 PM EST.
- Published: February 5, 2026.
- Delivery Address: U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, 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 selected. The Government may award without discussions.
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. Quoters must also include a statement regarding acceptance of the solicitation's terms and conditions, listing any exceptions with rationale. Active registration in SAM.gov is required.