SOURCES SOUGHT
58 -- HF Radios
- Notice Date
- 3/19/2026 11:42:09 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B26Q0267
- Response Due
- 4/2/2026 11:00:00 AM
- Archive Date
- 07/01/2026
- Point of Contact
- debra.clayton2@va.gov, david.gabrysiak@va.gov, Phone: 401-273-7100 X-6746
- E-Mail Address
-
david.gabrysiak@va.gov
(david.gabrysiak@va.gov)
- Awardee
- null
- Description
- RFI - HRFN - Procurement, Installation, and Training 2 RFI - HRFN - Procurement, Installation, and Training Department of Veterans Affairs, Veterans Health Administration, Office of the Chief Officer, Support Operations Request for Information (RFI) Number: 36C10B26Q0267 Date: March 19, 2026 1. Purpose Veterans Health Administration (VHA) is conducting market research to identify capable sources that can provide a High Frequency (HF) Radio Network (HFRN), including equipment procurement, installation, configuration, testing, and training. VHA intends to deploy HF radio capabilities across approximately 210 critical (medical and support) facilities nationwide. VHA plans to have the HFRN fully established and operational no later than July 2027. This RFI is for planning purposes only and does not oblige the Government to award a contract. ________________________________________________________ 2. Background VHA requires the HF Network to allow functionality during disruption of normal communications, such as disaster responses and cybersecurity occurrences. The VHA s critical facilities require the HF Network to serve as last-resort communication when they become isolated in a disaster. VHA has identified that a resilient Network utilizing the latest technologies would address this vulnerability. HF radio technology will establish VHA s resilient and independent long range communication capabilities to support continuity of operations during outages of primary communications systems. ________________________________________________________ 3. Requested Information Respondents are requested to provide capability statements and information addressing the following areas: a. HF Radio Network Solutions Available HF radio hardware, features, and technical specifications Interoperability with existing emergency communication systems, such as redundant internet in the event of a disruption to normal technology and communication systems. Options for fixed, mobile, and hybrid configurations suitable for critical facilities Handset features to support use by non-technical / non-communications specialist users under austere conditions. Secure communications capabilities (non classified) - detailed security accreditation expectations Digital and analog signal Voice and data content that allows for Personal Health Information (PHI)/Personally Identifiable Information (PII) data and information sharing Encrypted and unencrypted must minimally meet AES 256 encryption must be interoperable with standard Federal Government crypto or key fill devices OR a documented recommendation plan of VA equipment incorporated in the design Identify Site readiness and preinstallation requirements Site physical security and safety requirements of the installed equipment Facility-level roles and responsibilities Local and state permitting/site constraints b. Installation and Integration Support and Deployment Strategy Recommended system configurations for nationwide deployment Turnkey single integrator vs a multi vendor ecosystem Advise on known constraints with respect to whether geographic areas are served by two or fewer companies Lead times and production capacity for delivery to 210 sites Installation requirements (power, grounding, antenna systems, physical space, cabling) Site survey process and support availability c. Training, Maintenance, and Support Services End user and technician training offerings Curriculum outlines, delivery methods (in person, virtual, train the trainer) Estimated training durations and scheduling models (initial, sustainment/refresher, technology upgrade) Post installation support, preventive and unscheduled maintenance, and warranty options Provision of 24-hour Helpdesk and tiered support following implementation beginning with first site d. Corporate Capability Experience providing HF or emergency communications systems Past performance with large-scale or federal deployments for organizations the size and scale of VHA Available contract vehicles (e.g., GSA, SEWP, IDIQs) e. Rough Order of Magnitude (ROM) Detailed estimate pricing for equipment, installation, training, and ongoing support Performance metrics for repair time, preventive maintenance, support assistance, Volume discount structures, if applicable ________________________________________________________ 4. Submission Instructions: It is requested that all companies interested in participating in this effort note their interest and provide an indication of their respective capabilities to perform the effort described above. Marketing material will not be accepted as an indication of capability. Interested vendors should include the following in their response: Company name, address, DUNS/UEI Company Business Size/Socioeconomic Status and NAICS code(s) If your company is a small business, please confirm that in the solution provided, your company will be performing at least 50% of the work in accordance with the set aside regulations. Point of contact name, phone number, and email A written response (maximum 20 pages, addressing the requested information) File submission format: PDF File naming conventions: HFRadio_companyname.pdf RFI must be submitted via email to: david.gabrysiak@va.gov and debra.clayton2@va.gov Submissions Deadline: 4/2/2026 @ 2 PM EDT ________________________________________________________ 5. Disclaimer This RFI is issued solely for information and planning purposes. It does not constitute a solicitation and shall not be construed as a commitment by the Government. The Government will not pay for any information or administrative costs incurred in response to this RFI. Responses will not be returned. ________________________________________________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/082a0d541d9f42fbbfb6ed8b8ecf8f8e/view)
- Place of Performance
- Address: Nationwide
- Record
- SN07751649-F 20260321/260319230053 (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 |