Motorola APX-8500 Radios
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 Motorola APX-8500 Radios on a brand name only basis. This is a Firm-Fixed-Price (FFP) procurement set aside for Total Small Businesses. The acquisition is conducted as a combined synopsis/solicitation (RFQ) under FAR Part 12 and 13. Quotations are due by May 12, 2026, at 8:00 PM ET.
Scope of Work
This requirement is for new Motorola APX-8500 Radios and associated components, as detailed in the specification attachment. The procurement is strictly brand name only due to compatibility, interoperability, and existing system requirements; no substitutions or equal products will be considered. The attached continuation sheet (26Q5611.pdf) lists specific items, including APX8500 radios with features like "OVER THE AIR PROVISIONING," "REMOTE MOUNT," and "AES ENCRYPTION," with a quantity of 20 for each item. Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, and provide documentation from the manufacturer confirming their authorized status.
Contract & Timeline
- Type: Request for Quotations (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business
- NAICS: 334220 (Small Business Size Standard: 1250 employees)
- PSC: 5820 (Radio And Television Communication Equipment, Except Airborne)
- Response Due: May 12, 2026, 8:00 PM ET
- Published: May 7, 2026
- Delivery Address: U.S. Naval Research Laboratory, 4555 Overlook Avenue, S.W., Bldg. 49 – Shipping/Receiving, Code 3400, Washington, DC 20375. FOB Destination is preferred.
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) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government may award without discussions.
Submission Instructions
Quoters must submit one copy of their technical and price quote via email to Andrea Graves (andrea.l.graves6.civ@us.navy.mil). Submissions must include the company's DUNS Number and CAGE Code, and reference the solicitation number in the email subject line. Offerors must also include a statement regarding the acceptability of the solicitation's terms and conditions. An active registration in SAM.gov is required.