7E21--External Paging Services
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), specifically the Technology Acquisition Center, is conducting market research through a Sources Sought notice to identify potential sources for External Paging Services. This effort aims to sustain existing messaging commercial leased beeper and maintenance services for 81 Veterans Affairs Medical Centers (VAMCs) across numerous states and the District of Columbia. This notice is for planning purposes only, and respondents, particularly Service-Disabled Veteran-owned small businesses (SDVOSBs) and Veteran-owned small businesses (VOSBs), are encouraged to demonstrate their capabilities. Responses are due by February 9, 2026.
Scope of Work
The requirement involves providing leased one-way and two-way alpha and numeric messaging, along with maintenance services for existing commercial leased beeper systems. Services must cover 81 VAMCs and include standard industry features such as custom greetings, private mailboxes, and message retrieval. A web-based portal for managing moves, adds, and changes (MACs) and end-user instructions are also required. The contractor will not install new beeper infrastructure but may perform routine OEM software/hardware updates and maintenance. Prohibited services include satellite, cellular, or other non-wireless messaging pager/beeper radio services.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 517112, Wireless Telecommunications Carriers (except Satellite); Small Business Size Standard: 1,500 Employees.
- Anticipated Period of Performance: 12-month base period with two (2) 12-month option periods.
- Set-Aside: Potential future SDVOSB/VOSB set-aside. Respondents must indicate their intent and ability to meet VAAR 852.219-73 or 852.219-74 requirements, including the 50% rule for services performed by eligible concerns.
- Questions Due: February 4, 2026, 10:00 am EST.
- Response Due: February 9, 2026, 10:00 am EST.
- Published: January 29, 2026.
Submission & Evaluation
Interested parties should submit a clear, concise, and complete capability statement, limited to 10 pages (excluding transmittal page), electronically to Terricia.Lloyd@va.gov. Responses should include:
- Company information (name, address, email, phone, CAGE/UEI, POC).
- Business size and socioeconomic status (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB).
- Confirmation of ability to comply with FAR 52.219-6, 52.219-14, and 13 CFR 125.6 (subcontracting limitations).
- Identification as Original Equipment Manufacturer (OEM) or reseller.
- Existing contract vehicles.
- A brief summary of the company's approach to meeting requirements.
- Comments, recommendations, or questions on the attached DRAFT Performance Work Statement (PWS).
- Commercially available list pricing or a Rough Order of Magnitude (ROM). This is not a request for proposal; responses will be used for market research and planning only.
Additional Notes
The DRAFT PWS provides details on technical and functional requirements, performance standards (e.g., Mean Time to Repair), and special requirements including cyber security, Section 508 compliance, and confidentiality. All requirements are subject to change.