SOURCES SOUGHT
58 -- 5820--Police Radios
- Notice Date
- 3/19/2025 5:52:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0497
- Response Due
- 3/28/2025 9:00:00 AM
- Archive Date
- 05/27/2025
- Point of Contact
- Tyler Kraft, Contract Specialist, Phone: 267-412-6252
- E-Mail Address
-
tyler.kraft@va.gov
(tyler.kraft@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This Sources Sought Notice is intended for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), Commodities 1 is seeking information and potential qualified sources capable of providing the BRAND NAME equipment listed below. Delivery Location: These items will be delivered to the Altoona VA Medical Center in Altoona, Pennsylvania. General Requirement: The Altoona VAMC requires Brand-Name Motorola APX NEXT H55TGT9PW8AN ALL-BAND Model 4.5 portable radios with installation and programming. The equipment must be fully programmed to include the following: Salient Characteristics: Offeror shall provide ensure 41 radios are fully programmed to include the following: Add Smartzone Operation. Add Astro Digital CAI Operation. Add VIQI VC Radio Operation. Add Enhanced Data. Add Multicast Voting Scan. Add TDMA Operation. Add Wi-Fi Capability. Add Security Bundle. Add P25 Link Layer Authentication. ENH: ASTRO 25 OTAR W/ MULTIKEY ENH: DVP-XL Encryption And ADP. Add: AES/DES-XL/DES-OFB Encryption and ADP Add: P25 9600 baud trunking Add: Motorola Hosted Radiocentral W CPS. Add LTE With Active Service AT&T US. APX Next DMS Essential. Radiocentral Programming. Smart Programming. Smart Connect. Smart Locate. Smart Mapping. Smart Messaging. Offeror shall provide Provisioning Support for all products and radios. Offeror shall provide 5 (five) Battery packs IMPRES GEN2 LIION IP68 4400T The offeror shall install and provide Critical Connect WAVE PTX Onboarding. The offeror shall provide and install Wave Messaging Dispatch. The offeror shall provide and install Aware Delivery Base Service. The offeror shall provide and install Integration of Motorola Solutions LRRP. The offeror shall provide the Aware Standard. The offeror shall provide MZC YEAR 1 FEE/RADIO (OUT YEARS ($365). The offeror shall provide and install Code Plug Development. The offeror shall provide and install an XVP Remote Speaker Microphone No Channel Knob. The offeror shall provide 46, 2.5 Replacement Swivel Belt Loop. The offeror shall provide and install (3) Impres SUC, 3.0A, 120VAC, Type A Plug, NA. The offeror shall provide and install (6) Chargers, MULTI-UNIT, IMPRES G2- 6-DISP, US/NA/CA/LA PLUG, ACC-CHARGER. The offeror shall provide (46) RX only XL clear tube earpiece with 3.5mm jack. The offeror shall provide (46) APX NEXT hybrid leather holster, standard batteries. The offeror shall provide all labor and materials required to uncrate, set-in-place, and assemble the new radios. Installation includes operational checks, necessary adjustments, and demonstration, and training of the equipment to appropriate Police personnel. This training will include 4 Super Users on how to use all functions of the radios. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this Sources Sought Notice should include answered the following questions: NAICS: 334220 Size Standard: 1,250 employees Provide company name, address, point of contact, phone number, point of contact e-mail, UEI Number, and size of business pursuant to North American Industrial Classification System (NAICS) code above. Indicate the size status and representations of your business, such as but not limited to Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Provide Brand Name, Model and Part Number, and Brief Description of the product you could provide. Provide anticipated delivery lead time. Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you're a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter, assemble, and/or modify the items requested in any way? If you do, state how and what is altered, assembled, and/or modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self� performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? If so, please provide the contract number. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions that would allow for maximum competition. If none, please reply as N/A. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10 - Market Research. Telephone responses will not be accepted. Responses must be received in writing via e-mail to the Contracting Point of Contact listed below by the date listed below. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting POC listed below. Contracting Point of Contact: Tyler Kraft, tyler.kraft@va.gov Responses Due: Friday, March 28th 2025 at 12:00 PM Eastern Time DISCLAIMER All firms responding to this Sources Sought Notice are advised that this is not a request for quote and that any quote submitted in response to this notice will not be considered for award. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice does not commit the Government to contract for any supplies or services. The Government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. If a solicitation is issued, it will be posted on SAM.gov under Contract Opportunities at a later date for all qualified interested parties and interested parties must respond to the solicitation to be considered for award. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/27ea0c89853941c6a87ed6f5fb937126/view)
- Place of Performance
- Address: Altoona VA Medical Center 2907 Pleasant Valley Blvd., Altoona 16602, USA
- Zip Code: 16602
- Country: USA
- Zip Code: 16602
- Record
- SN07378423-F 20250321/250319230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |