BENDIX KING RADIOS
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 the Interior, Bureau of Indian Affairs (BIA) is soliciting quotes for Bendix King Radios and associated accessories for the Southwest Region's Wildland Fire Management Staff. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. Quotes are due March 13, 2026, at 5:00 PM Central Time.
Scope of Work
The requirement is for specific Bendix King Radio models and accessories, including:
- VHF radios with features such as GPS, Bluetooth, and encryption.
- Battery packs, chargers, cloning cables, and adapters.
- Antennas.
- Specific software options, including AES-256 FIPS140-2 Level 2 Encryption and P25 FDMA Trunking. These items are intended for the BIA Southwest Regional Office, Wildland Fire Management in Albuquerque, NM.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334200 (Radio and Television Broadcasting and Wireless Communication Equipment Manufacturing), with a 1,250 employee size standard.
- Solicitation Issue Date: February 26, 2026.
- Offer Due Date: March 13, 2026, 5:00 PM Central Time.
- Inquiry Deadline: March 4, 2026, 10:00 AM Central Time.
- Anticipated Delivery: September 30, 2026.
Submission & Evaluation
Quotes must be submitted electronically via email to Margie M. Tahdooahnippah (Margie.tahdooahnippah@bia.gov). The subject line must be "Company Name Quote in Response to 140A0726Q0004". Questions regarding the solicitation must also be submitted via email to the same contact. Offers will be evaluated based on the Lowest Priced-Technically Acceptable (LPTA) methodology. Evaluation factors include Technical Capability, Past Performance (requiring three relevant and recent records), and Price.
Additional Notes
This solicitation incorporates FAR and DIAR clauses by reference. Electronic invoicing and payment will be processed through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).