DA10--Prism IPX Paging System

SOL #: 36C26026Q0457Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

Portland, OR

NAICS

Other Computer Related Services (541519)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 12, 2026
2
Response Deadline
Mar 20, 2026, 5:00 PM

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 Portland VA Medical Center, has issued a Sources Sought Notice for market research to identify qualified sources capable of providing a Prism IPX Paging System. This is an Unrestricted Request for Information (RFI), with responses due by March 20, 2026, at 10:00 AM PST. The information gathered will help determine potential set-aside opportunities for a future firm-fixed-price purchase.

Scope of Work

The VA seeks a comprehensive, hospital-wide paging system to replace an End-of-Life/End-of-Support system. The requirement includes all parts, system components, software, licensing, documentation, labor, installation, configuration, factory/field testing, activation, training (2 people, 1 day), and go-live support. Key components include a Computer Rack Server, PriMega Gateway Software Version 11, various PriMega interfaces and licenses, a Paging Encryption Server, and IP-based input/output modules.

Salient characteristics require the system to:

  • Have an existing and approved VHA Enterprise Risk Analysis (ERA) for VHA OIT network connection.
  • Operate on 115/120VAC, be upgradeable, and designed for standalone or redundant high availability.
  • Manage paging from message input (telephone/data lines) to output (transmitters, email, text).
  • Include encryption methodologies and support over 500,000 users.
  • Feature VoIP SIP Telephony input, IP connected modules, and auto-failover.
  • Meet industry protocols, offer email In/Out, secure access/data transport, and web-based management.
  • Provide high-speed digital and analog paging, ipBSC Simulcast design, and tracking of paging acknowledgements.
  • Ensure no message loss with redundant systems and include an Operations Management Interface (OMI) for system management, logging, monitoring, and reporting.

Contract & Timeline

  • Type: Sources Sought / Market Research (intended firm-fixed price purchase)
  • NAICS: 541519 (Other Computer Related Services)
  • Response Due: March 20, 2026, 10:00 AM PST
  • Published: March 12, 2026
  • Place of Performance: Portland VA Medical Center, Portland, OR 97239

Submission Requirements

Interested vendors must submit a capability statement including:

  • Company name, address, POC, phone, email, and SAM.gov UEI.
  • Business size (Small Business, SDVOSB, VOSB, WOSB, Hub-zone, Small Business Manufacturer, Other Small Business, or Large Business) and manufacturer status.
  • Proof of authorized dealer/reseller status if not the manufacturer.
  • Details of any designated or authorized distributors if a manufacturer.
  • Descriptive literature identifying how products meet or exceed salient characteristics.
  • Manufacturer name (OEM), part number, warranty information, place of manufacture, and existing contract vehicle (e.g., GSA, FSS, NASA SEWP).
  • A courtesy quote to evaluate price reasonableness.

Eligibility / Set-Aside

This is an Unrestricted RFI for market research to determine set-aside. The VA encourages responses from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, and other Small Businesses. All offerors must be registered in SAM.gov, and SDVOSB/VOSB must be registered with SBA VetCert.

Additional Notes

This is not a request for quote or a solicitation. The Government will not pay for information submitted and respondents will not be notified of evaluation results. A formal solicitation, if released, will be posted on sam.gov, NASA SEWP, or GSA eBuy.

Submit capability statements to: Maureen.Sundstrom@va.gov. NO PHONE CALLS, PLEASE.

People

Points of Contact

Maureen SundstromContract SpecialistPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Sources Sought
Posted: Mar 12, 2026
DA10--Prism IPX Paging System | GovScope