7E21--External Paging Services Renewal
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) has announced its decision to proceed with a sole source solicitation for External Paging Services Renewal. Following a Request for Information (RFI) 36C10B26Q0145, the VA determined it is in its best interest to award the contract to the incumbent contractor. This means new proposals from other vendors will not be accepted for this acquisition.
Background
The RFI, issued on January 29, 2026, sought to identify vendors capable of providing existing messaging commercial leased beeper and maintenance services for 81 Veterans Affairs Medical Centers (VAMCs). The intent was to secure one-way and two-way alpha and numeric messaging capabilities.
Scope of Services
As outlined in the draft Performance Work Statement (PWS), the requirement is for leased one-way and two-way alphanumeric and numeric pager/beeper messaging and wireless information services. The contractor must maintain service area coverage consistent with current capabilities, offer standard industry features (e.g., custom greeting, private mailbox), and provide a web-based portal for managing moves, adds, and changes (MACs). New beeper infrastructure/hardware installation is prohibited; the focus is on routine OEM software/hardware updates and maintenance of existing systems. Performance standards include Mean Time to Repair (MTTR) targets of 4 hours for Priority 1 outages and 72 hours for Priority 2 degraded services.
Contract Details
- Type: Sole Source (outcome of RFI)
- Contract Type: Firm-Fixed Price (FFP) (from PWS)
- Period of Performance: 12-month base period with two 12-month option periods (from PWS)
- Place of Performance: 81 VA medical and attached facilities across the United States.
- Special Requirements: Adherence to VA cyber/information security, Section 508 accessibility, and physical security protocols.
Key Outcome
This notice, published on February 20, 2026, serves as an amendment to the RFI, informing vendors of the acquisition strategy. The VA appreciates responses to the RFI but will not be accepting further submissions for this specific requirement.
Contact Information
- Primary Contact: Terricia Lloyd, Contract Specialist
- Email: Terricia.Lloyd@va.gov
- Phone: 512-981-4453