7G20--IN3114: Push-to-Talk (PTT) Radios with Multi-Network Nationwide Coverage (VA-26-00050016)
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) Strategic Acquisition Center – Frederick (SAC-F), on behalf of the VA Law Enforcement Training Center (LETC), has issued a Pre-solicitation Notice (Notice of Intent) to negotiate a sole-source, firm-fixed-price contract with 911iNET LLC for Push-to-Talk (PTT) Radios with Multi-Network Nationwide Coverage. This action is based on 911iNET LLC being the only known vendor capable of providing a fully integrated, NDAA-compliant PTT solution meeting all required security and operational capabilities. While classified as a Total Small Business Set-Aside (FAR 19.5), this notice seeks capability statements from other interested parties to determine if competitive procedures could be used. Responses are due by May 19, 2026, at 1:00 PM ET.
Scope of Work
The requirement is for thirty (30) fully configured PTT radio devices, including all necessary hardware, software, licenses, encryption components, configuration services, documentation, and technical support. Key technical requirements include:
- Network Connectivity: Seamless operation across LTE/4G/5G cellular, Wi-Fi, and direct line-of-sight (LOS) networks with automatic switching. Nationwide coverage via Verizon, T-Mobile, and AT&T.
- Security: AES 256-bit encryption, FIPS 140-3 compliance, Over-the-Air Rekeying (OTAR), and protection of encryption keys.
- Device Management: Remote configuration, monitoring, troubleshooting, enabling/disabling, and software/firmware updates.
- Form Factor: Small, lightweight, ergonomic design suitable for one-handed operation, with Bluetooth connectivity.
- Performance: Clear, low-latency voice, reliable performance in high-usage scenarios, and a 12-hour rechargeable battery.
- Compliance: Adherence to Federal Acquisition Regulation Section 889 Part A (NDAA), prohibiting components from specific Chinese manufacturers.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 12-month base period plus four (4) 12-month option periods.
- NAICS Code: 517117 (All Other Telecommunications)
- Size Standard: $40 million
- Response Due: May 19, 2026, at 1:00 PM ET
- Published Date: May 14, 2026
Submission & Evaluation
This is not a request for competitive proposals, and a solicitation will not be issued based on this notice. Interested parties who believe they can satisfy the requirements must clearly and unambiguously identify their capability in writing. Information submitted will be used solely to determine whether competitive procedures could be used for this acquisition. A determination not to compete is at the Government's discretion.
Additional Notes
All questions must be submitted in writing via email.
- Primary Contact: Jennifer Swift (Jennifer.Swift2@va.gov, 202-714-2984)
- Secondary Contact: Brian Keen (Brian.Keen2@va.gov)
- Place of Performance: Washington, DC