Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SOURCES SOUGHT

58 -- Two-Way Radios

Notice Date
4/2/2025 8:19:15 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0429
 
Response Due
4/10/2025 12:00:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
James Ferro, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
james.ferro@va.gov
(james.ferro@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 Page 1 of Page 1 of Page 1 of Page 1 of DESCRIPTION This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 12:00 PM EST, April 10th, 2025. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) Suggested PSC: 5821 (Radio and Television Equipment, Airborne) Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. Brand name and/or Equal items are accepted. Items to be Procured: Manufacturer Part # Item Description Item Quantity XPR 3500e XPR 3500e 403-512 4W LKP WIFI CAPABLE 25 IMPRES IMPRES NOISE-CANCELLING RSM 25 PMLN7269 2-WIRE SURVEILLANCE KIT BLACK WITH TRANSLUCENT TUBE (PMLN7269) 25 LICENSE MOTOTRBO LICENSE CAPACITY PLUS (SINGLE SITE) 25 00-240VAC CHARGER DESKTOP MULTI-UNIT IMPRES 2 1 DISPLAY EXT PS 100-240VAC US/NA 5 Statement of Work: Installation shall be performed by a date and time agreed upon by Facilities Management Service, Network Contracting Office VISN5 (NCO5), and the Emergency Management Specialist/COR. Installation shall include programming, testing, and training for LAJVAMC incident response staff. The integration of these new two-way radios into the existing tow-way radio infrastructure will not interfere, disrupt, or inhibit Facilities Management Service s use of their existing two-way radios. Shipping costs will be covered by the winning bidder. Access to Original Equipment Manufacturer (OEM) service manuals, spare parts, software and hardware updates, and all tools and equipment necessary to provide repair, updates, and calibration/testing of the two-way radios. Provide on-site service support within twenty-four (24) hours for non-emergency service needs, and four (4) hours for emergency service. The need for prompt response is critical as these radios will be used for incident responses for a variety of emergencies, disasters, and incidents. Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of 2 Page 1 of Page 1 of Page 1 of Page 1 of Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bec6f685bf54b5c95aacad1eae59537/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis A Johnson VA Medical Center Clarksburg VAMC 1 Medical Center Drive, Clarksburg, WV 26301, USA
Zip Code: 26301
Country: USA
 
Record
SN07395865-F 20250404/250402230056 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.