Opportunity

SAM #36C10X26Q0149

Sole Source Procurement of Multi-Network Push-to-Talk Radios for VA Law Enforcement

Buyer

VA Strategic Acquisition Center

Posted

May 14, 2026

Respond By

May 19, 2026

Identifier

36C10X26Q0149

NAICS

517112, 541512, 334290, 423690

The Department of Veterans Affairs Strategic Acquisition Center Frederick is pursuing a sole source procurement for advanced Push-to-Talk (PTT) radios for the VA Law Enforcement Training Center: - Government Buyer: - Department of Veterans Affairs, Strategic Acquisition Center Frederick, Office of Security and Law Enforcement - OEMs and Vendors: - 911iNET LLC (exclusive distributor and support provider for the required solution) - Products/Services Requested: - Thirty (30) fully configured Push-to-Talk (PTT) radio devices - Includes all required hardware, software, licenses, encryption components, configuration, documentation, and technical support - Radios must support LTE/4G/5G cellular, Wi-Fi, and direct line-of-sight (LOS) radio communications - Automatic network switching for seamless nationwide coverage - Advanced security: AES 256-bit encryption, FIPS 140-3 compliance, remote management - NDAA compliant; must not contain components from prohibited manufacturers (Huawei, ZTE, Hytera, Hikvision, Dahua) - Configuration and technical support services, including remote device management, software/firmware updates, and warranty support - Unique or Notable Requirements: - Sole source to 911iNET LLC due to exclusive distribution and support rights - Strict compliance with federal security and supply chain regulations - Radios must be fully integrated and ready for mission-critical law enforcement use - Period of Performance: - 12-month base period with four 12-month option periods (up to 60 months total) - Places of Performance and Delivery: - Department of Veterans Affairs Office of Security and Law Enforcement, 810 Vermont Ave NW, Washington, DC - Strategic Acquisition Center Frederick, 5202 Presidents Court, Suite 103, Frederick, MD

Description

Pre-solicitation Notice

Pre-solicitation Notice

Pre-solicitation Notice *=Required Field Pre-solicitation Notice

Page 1 of 6 NOTICE OF INTENT The Department of Veterans Affairs (VA) Strategic Acquisition Center Frederick (SAC-F), on behalf of the VA Law Enforcement Training Center (LETC), intends to negotiate, with 911iNET LLC on a sole source basis, under the authority of Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 12.102 entitled, Restricting Competition. This action is based on only one known vendor can provide a fully integrated, NDAA compliant PTT solution that meets all required security, multi network, and mission critical operational capabilities., which is exclusively distributed and supported by 911iNET LLC. The required services and support are essential to meeting the Government s unique multi network mission critical communication requirements. No other vendor is authorized or technically capable of providing these integrated services.

The procurement action will include thirty (30) fully configured Push to Talk (PTT) radio devices along with all required hardware, software, licenses, encryption components, configuration services, documentation, and technical support.

The contractor shall furnish thirty (30) fully functional PTT radio devices, inclusive of all required hardware, software, licenses, encryption, configuration, and support services necessary to ensure secure, reliable, and continuous communications, the solution shall support seamless operation across LTE/4G/5G cellular networks, Wi-Fi networks, and direct line-of-sight (LOS) radio communications, with automatic network switching to maintain connectivity.

Period of Performance 12-month base, plus 4 12-month option periods

Technical Requirements Network Connectivity and Coverage The contractor shall provide radios that meet the following connectivity requirements: Operate over LTE/4G/5G cellular networks Operate over Wi-Fi networks Operate via direct line-of-sight (LOS) radio communication independent of cellular or Wi-Fi infrastructure Nationwide coverage through cellular networks, to include Verizon, T-Mobile, and AT&T, to ensure seamless nationwide coverage. Support automatic and seamless network switching between available networks to ensure uninterrupted communications during outages, degradation, or loss of service Require no manual intervention by the user to initiate network switching

Security and Encryption The contractor shall provide radios that meet the following security requirements: Utilize Advance Encryption Standard (AES) 256-bit encryption for voice and data communications Be FIPS 140-3 compliant for cryptographic modules Support Over-the-Air Rekeying (OTAR) to enable secure remote key management Ensure encryptions keys are protected at rest and in transit Prevent unauthorized access through authentication and role-based access controls

Device Management and Support The contractor shall provide radios that meet the following device management capabilities: Remote device management, including configuration, monitoring, and troubleshooting Ability to remotely enable, disable, lock, or wipe devices as required Support for remote software and firmware updates Administrative interface accessible to authorized government personnel Contractor-provided technical support during standard business hours, at a minimum.

Device Form Factor and Ergonomics The contractor shall provide radios that meet the following physical and usability requirements: Small form factor suitable for handheld, wearable, or belt-mounted use Lightweight and ergonomically designed for extended operational use Bluetooth connectivity to support wireless accessories such as headsets or earpieces Physical controls that are intuitive and easily manipulated by the operator, including: Push-to-talk button Volume control Channel or group selection Capable of one-handed operation while wearing gloves, where feasible

Performance and Reliability The contractor shall provide radios that meet the following performance and reliability requirements: Provide clear, low-latency voice communications Maintain reliable performance during high-usage or emergency scenarios Be designed for operational environments typical of public safety, law enforcement, or emergency responses missions. Include a rechargeable battery capable of supporting a twelve (12) hour operational shift under normal use.

Reporting and Security Incident Notifications The contractor shall not disclose any information regarding Government use or operations without prior written authorization from the contracting officer or designated representative Reporting of Information Request or Suspicious Activity The contractor shall immediately notify the Government of any attempt by an individual or entity to obtain information regarding: The use, configuration, capabilities, or operational deployment of the radios User identities, locations, communications patterns, or operational procedures System architecture, encryption methods, or network routing Notification shall occur: Within one (1) business day of discovery Via government-designated points of contact In writing, with sufficient detail to support follow-on investigation Security Incidents The contractor shall report any actual or suspected: Data breaches Unauthorized access Loss or compromise of encryption keys Device tampering or compromise Reports shall be made within 24 hours of identification and include mitigation actions taken or planned.

Deliverables The contractor shall deliver: Thirty (30) PTT radio devices, fully configured and operational All required licenses, subscriptions, and encryption components User documentation and quick-reference guides Administrative and device management documentation Initial configuration and setup support Warranty documentation and support contact information Delivery shall be made to a Government-designated location within the United States specified by the Contracting Officer (CO) or their representative (COR).

Compliance The contractor shall ensure that all hardware, software, and services provided under this SOW comply with applicable federal laws, regulations, and security standards.

Hardware The Equipment provided under this SOW shall be compliant with the Federal Acquisition Regulation Section 889 Part A John S. McCain National Defense Authorization Act (NDAA) in accordance with Pub. L. 115-232

The NDAA requires that the equipment supplied under this SOW shall not be manufactured, or have components manufactured, by any of the following prohibited companies:

Huawei Technologies company ZTE Corporation Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company Dahua Technology Company The Contractor shall self-certify that the equipment provided under this SOW is compliant with the NDAA.

Acceptance Criteria The Government will accept the deliverable upon verification that: All devices meet the technical requirement outlined in this SOW Encryption and security features function as specified Automatic network switching operates as intended Remote management capabilities are demonstrated All required documentation is delivered and completed

The NAICS code is 517117 All Other Telecommunications, and the size standard is $40 million. SAC F anticipates awarding a 12 month base plus four 12 month option periods, firm fixed price contract to 911 INet LLC, to include RFO clauses 52.217 8 and 52.217 9, should an extension be required beyond 60 months. Interested parties that believe they could satisfy the requirements listed above for SAC-F may clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. This is not a request for competitive proposals and a solicitation will not be issued. A determination not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. Any questions regarding this notice must be submitted in writing via email to Jennifer.Swift2@va.gov and Brian.Keen2@va.gov .All responses to this notice of intent must be submitted so that they are received at Jennifer.Swift2@va.gov and Brian.Keen2@va.gov no later than 05/20/2026, at 1PM ET. Additional Links:To learn more about SAC and it's mission, please click here.

View original listing