7B22--Mobile Security Trailer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), VISN 5 Martinsburg Network Contracting Office, has issued a Request for Information (RFI)/Sources Sought to identify qualified sources capable of providing Mobile Surveillance - Mobile Pro Systems for the Police Department at the Washington DC VA Medical Center. This is for information and planning purposes only and is NOT a solicitation. Responses are due by February 25, 2026, at 12:00 PM EST.
Scope of Work
The VA is seeking a fully operational mobile surveillance camera system, including installation, configuration, testing, maintenance, and support. The system must be self-sufficient, easily deployable, and capable of operating in various environmental conditions. Key salient characteristics for the Mobile Security Trailer include:
- Trailer: Specific dimensions (e.g., 181"x68"x77" travel), 3000 lbs gross weight rating, 4 adjustable outriggers, heavy-duty steel frame, electric brakes, DOT compliant.
- Mast: 33 ft. 3-section telescoping mast with stabilization, rotatable, and multiple mounting locations for equipment (ethernet, power, control).
- Power: 1300AH AGM battery system, optional gasoline/diesel generator (20-gallon fuel), 110 VAC shore power, 640W solar array, dashboard monitoring, flexible 12V/24V outputs.
- Security: Dual-locking handles, removable tongue/outriggers, door/impact sensors, GPS with geo-fencing, internal camera storage.
- Automation: Interactive scheduling, audio enabling, event triggering, remote arm/disarm, autonomous generator, thermal control, web portal monitoring/control, local user interface.
- Deterrent Functionality: Remote control of lighting, strobes, and audio messages based on motion detection, with day/night settings.
- System Control: Local control panel with clear indicators, electrical breakers, generator status, fuel gauge, and accessory controls. Remote control via web portal.
Specific equipment line items are detailed, including MPS 3400 Trailer Systems, cameras (AXIS P3735-PLE, AXIS Q6135-LE), EXACQ license, laptop server, 8TB SSD, Cradlepoint cellular router, and various lighting and support accessories.
Anticipated Contract & Timeline
- Type: Sources Sought / RFI (Anticipated future contract type: Firm-Fixed Priced)
- Set-Aside: None specified for this RFI (market research for potential set-asides)
- Product Service Code: 7B22 (Computing Hardware And Software Products For Servers And Converged Appliances)
- NAICS Code: 334111 (Electronic and Precision Equipment Repair and Maintenance) with a 1,250-employee size standard.
- Response Due: February 25, 2026, 12:00 PM EST
- Published: February 4, 2026
- Delivery: Within 90 days from contract award to Washington DC VA Medical Center.
Submission Requirements
Interested parties must submit company name, address, point of contact, size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business), confirmation of small business status under NAICS 334111, manufacturer/distributor status, CAGE code, and answers to specific questions regarding FedRamp approval, cloud solutions, Authority to Operate (ATO), Buy American Act compliance, and Federal Supply Schedule contracts. General pricing is encouraged for market research. A capabilities statement demonstrating the ability to meet salient characteristics or provide equal items is required. Responses must be emailed to joseph.krupa@va.gov.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or guarantee a future award. Responses will be used to make appropriate acquisition decisions. Adherence to VHA Handbook 6500.6 requirements for information and information system security is mandatory for any future contract. Electronic invoicing via Tungsten Network will be required for payment.