5999--Motorola Radio Maintenance | New Base+3 | Start: 12/1/25
ID: 36C25025Q0636Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Agents for Wireless Telecommunications Services (517122)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Firm Fixed Price contract to provide Motorola Police Radio Maintenance services at the Chillicothe Veterans Affairs Medical Center (VAMC), with a contract period starting December 1, 2025, and extending for a base year plus four optional years. The contractor will be responsible for maintaining critical radio communication systems, including system monitoring, technical support, repairs, and routine maintenance, which are essential for effective communication among VA personnel and the veterans they serve. This procurement emphasizes compliance with federal regulations, including labor standards and subcontracting limitations, to support the participation of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and ensure fair compensation practices. Interested parties should contact Contract Specialist Elizabeth H. Koses at Elizabeth.Koses@va.gov for further details, and must adhere to submission deadlines and requirements outlined in the solicitation documents.

    Point(s) of Contact
    Elizabeth H KosesContract Specialist
    Elizabeth.Koses@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Sources Sought Notice for a service agreement with Motorola regarding the maintenance of radio communications systems at the Chillicothe VA Medical Center. This agreement is essential for sustaining secure communication operations within the facility from December 2025 to November 2030. Key services to be included are real-time system monitoring, remote technical support, prompt hardware repairs, security updates, and routine maintenance to ensure optimal functionality of the ASTRO® 25 infrastructure. Interested vendors are encouraged to submit their business information, including unique identifiers and socio-economic status, by the specified response date of June 24, 2025. This notice serves as a market research tool to identify potential providers capable of fulfilling these operational needs, thereby contributing to the VA's commitment to maintaining effective communications for the VA Police Department.
    The document is a Request for Quote (RFQ) from the Department of Veterans Affairs for Motorola Police Radio Services at Chillicothe VAMC, intending to establish a Firm Fixed Price contract covering a base period and four optional years. The contractor is required to provide personnel, equipment, and services for radio support in accordance with a detailed Statement of Work (SOW). The SOW emphasizes maintaining critical radio communication systems, including system monitoring, technical support, repairs, and routine maintenance. The performance period spans six years, beginning December 2025, and involves oversight by designated Contracting Officers or Representatives. Bids must comply with specific RFQ guidelines and cost schedules, with strict adherence to terms and conditions as outlined by the Federal Acquisition Regulation (FAR). Additionally, the outcomes are linked to ensuring secure communications for VA personnel and the veterans they serve. Compliance with security and clearance requirements is mandatory, addressing potential conflicts of interest and maintaining confidentiality throughout the contract period. The project emphasizes accountability, ensuring all deliverables meet industry standards, and provides a framework for invoicing and payment processing.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically referencing the Columbus Chalmers P. Wylie Ambulatory Care Center. The primary purpose of this amendment is to reissue the solicitation in its entirety, along with edits to the Statement of Work. The document instructs bidders to acknowledge receipt of the amendment in a specified manner to ensure their offers remain valid, stressing that failure to do so may lead to rejection. It also mentions that no other changes have been made to the terms and conditions of the solicitation. Interested parties are reminded that the most current forms, including all amendments, must be signed for eligibility in the award process. This amendment serves to clarify and update the solicitation details to enhance clarity and adherence to required processes as part of federal government procurement practices.
    The document is a solicitation amendment issued by the Department of Veterans Affairs, specifically regarding the procurement of Advanced Plus Maintenance and SUAII services. The primary purpose of the amendment is to reinstate the option for a fourth year of service and to address queries from potential bidders, which are included in an attached document. Key modifications include a reversion of the Period of Performance to a base contract plus four option years, with specific dates outlined for each service period from December 1, 2025, to November 30, 2030. The amendment stipulates that offers must now include a completed price/cost schedule to qualify for competitive consideration; failure to comply will result in disqualification. All other terms and conditions of the original solicitation remain unchanged. Furthermore, it emphasizes the necessity for bidders to sign the most recent version of the solicitation and its amendments to be eligible for contract award. The document maintains a formal tone appropriate for government contracting processes and highlights adherence to federal procurement regulations.
    This government document outlines a Request for Quote (RFQ) for Motorola Police Radio Services at the Chillicothe Veterans Affairs Medical Center (VAMC). The contract will be for a Firm Fixed Price base period with four one-year optional extensions, commencing December 1, 2025. Key components of the service contract include a comprehensive maintenance plan for the Motorola dispatch console and radio system, essential for effective communication among police and staff. The Scope of Work specifies tasks involving system monitoring, remote technical support, network hardware repair, periodic maintenance, and updates to ensure compatibility and security. The contractor must adhere to government security requirements, limiting access to sensitive information, and will be evaluated against industry performance standards. Invoices will be submitted electronically, and payment procedures are defined to ensure compliance with federal regulations, emphasizing the importance of maintaining high operational standards and effective communication systems within the facility. Overall, this solicitation reflects the government's commitment to supporting veterans through necessary upgrades in communication infrastructure.
    The document addresses a proposal regarding the solicitation process for a government contract, specifically focusing on the small business set-aside. The question raised was whether the government would consider either eliminating this set-aside from the Open Market Request for Quotations (RFQ) or using the NASA SWEP contract for Group B_SDVOSB. The government response confirmed that the small business set-aside would remain intact, citing the presence of at least two Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of fulfilling the contract. Furthermore, it reiterated the adherence to the VA’s Rule of Two and the limitations on subcontracting for SDVOSBs. This response reflects the government's commitment to supporting small businesses and veteran-owned enterprises in contract opportunities, ensuring compliance with established federal guidelines during the procurement process.
    The document outlines the wage determinations required under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts awarded in Ohio. It mandates that contractors pay covered workers at least the minimum wage determined by Executive Orders 14026 and 13658, with rates varying based on contract dates. For contracts starting after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded from January 1, 2015, to January 29, 2022, have a lower minimum of $13.30 per hour, unless a higher rate applies per the wage determination. The document features a comprehensive list of occupations, corresponding wage rates, and details fringe benefits like paid sick leave, vacation, and holiday provisions, ensuring fair working conditions for federal contractors. Additionally, it outlines the conformance process for unlisted employee classifications, emphasizing the importance of job descriptions over titles in classification. The information serves as a guideline for federal, state, and local contracts, reinforcing compliance with wage regulations to protect workers in Ohio.
    The document outlines compliance certification regarding the Department of Labor Wage Determination for a federal contract proposal related to VA medical center services. The certification ensures that the company’s offer meets the stipulation that all employees engaged in contract-related work will receive wages that are at least equal to the current wage standards specified in the Performance Work Statement. It includes spaces for the signatures of the company owner, CEO, and COO to affirm this compliance, ensuring responsible management acknowledgment. The context of the document fits within federal contracting requirements, emphasizing adherence to labor laws, thereby promoting fair compensation practices in the execution of government contracts. This reflects the government's commitment to uphold labor standards while ensuring that contracting entities remain accountable for their workforce remuneration practices.
    The document outlines the compliance requirements related to subcontracting limitations as specified in the VAAR 852.219-75. It certifies that offerors for government contracts, particularly those involving services and construction, will adhere to restrictions on subcontracting, ensuring that a specific percentage of contract value is retained by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For instance, in service contracts, no more than 50% can be subcontracted to firms that are not SDVOSBs or VOSBs, while for general construction, the limit is 85%, and for special trades, it is 75%. The document emphasizes the legal seriousness of the certification, as false claims can lead to severe penalties, including criminal prosecution. Additionally, contractors must provide documentation upon request to demonstrate compliance and failure to do so may result in remedial actions. The completion and submission of this certification alongside the bid proposal is mandatory; non-compliance results in disqualification from the bidding process. This clause is crucial in promoting and supporting the participation of veteran-owned businesses in federal contracting opportunities.
    The Department of Veterans Affairs, Network Contracting Office 10, is seeking to competitively select a source for Motorola Police Radio Services. A key factor in evaluating proposals will be the verification of offerors' past performance, specifically on contracts that demonstrate their capability for the proposed effort. Organizations with first-hand experience with the offerors are requested to complete a Past Performance Questionnaire, which must be returned by July 31, 2025, at 12 PM EST. The questionnaire allows the evaluation team to assess various performance metrics, such as management abilities, quality control processes, project supervision, and overall contract execution. Respondents must provide detailed ratings and supporting information reflecting the contractor's performance. This information will contribute to the source selection record and is essential for achieving the timeliness and success of the acquisition process. The document also includes instructions for submitting responses, emphasizing the importance of thorough and prompt feedback to facilitate this competitive contracting effort.
    Similar Opportunities
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    VISN 12 Spok MediCall Migration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the migration of the Spok MediCall System at the Madison VA Medical Center from the Nippon Electronics Corporation (NEC) Voice system to the Cisco Unified Call Manager (UCCM). This procurement is a brand name requirement, emphasizing the need for specific technology to ensure seamless communication services within the facility. The successful contractor will play a crucial role in enhancing the medical center's telecommunication capabilities, which are vital for patient care and operational efficiency. Interested parties can reach out to Chante Frith at chante.frith@va.gov or Matthew Truex at Matthew.truex1@va.gov for further details regarding this opportunity.
    Aiphone Technical and Maintenance Support
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide technical and maintenance support for the Aiphone System at the Quantico facility in Virginia. The procurement aims to ensure 24/7 support, maintenance, and repair services to uphold a safe and secure workplace for employees, which is critical for the effective delivery of IT services to Veterans. The Aiphone System is integral to the facility's operations, as it supports the Information Management/Information Technology systems that are vital for processing data essential to Veterans' benefits and services. Interested parties can contact Michael Stevens at michael.stevens5@va.gov or call 202-876-7185 for further details regarding this opportunity.
    DH10--Durham VAMC Radiation Oncology Information Systems-EER 262522 (VA-25-00094323)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the Radiation Oncology Information System Virtual Infrastructure Environment (ROISVIE) at the Durham VA Medical Center (VAMC). This procurement aims to secure hardware, software, and services necessary to support the ROISVIE therapy solution, which includes integration with Varian linear accelerators and associated applications. The selected contractor will be responsible for ensuring compliance with mandatory cybersecurity controls, as outlined in the attached VA Critical Security Controls FAQ, and must deliver various project management and implementation plans. Proposals are due by December 16, 2025, at 11:00 AM EST, and interested parties should contact David Gabrysiak at david.gabrysiak@va.gov for further information. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a base period starting January 1, 2026, with a total value anticipated to be below $5 million.
    J066--NCO22 Philips Digital Pathology service and maintenance Base Base plus 2 option years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking a qualified vendor to provide service and maintenance for Philips Digital Pathology equipment, including seven Ultra Fast Scanners and three PIPS (IMS) units, across various facilities within VISN 22. The procurement encompasses a base contract period from January 1, 2026, to December 31, 2026, with two optional one-year extensions, and includes comprehensive services such as 24/7 customer support, corrective maintenance, software updates, and biannual planned maintenance performed by Philips-certified engineers. This contract is critical for ensuring the operational efficiency of medical imaging devices used in veteran healthcare, and interested parties must submit their quotations electronically to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov by December 17, 2025, with questions due by December 11, 2025.