DJ10--Firewall Services for Patient WiFi Base + 4 Options
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 NETWORK CONTRACT OFFICE 19 (36C259), is seeking Firewall Services for Patient WiFi at the Sheridan VA Medical Center in Sheridan, Wyoming. This is a Request for Quote (RFQ) 36C25926Q0470 for a firm-fixed-price contract with a base year and four option years. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) total set-aside. Quotes are due by May 20, 2026, at 5:00 PM MT.
Scope of Work
The contractor will provide and program firewall appliances for patient WiFi across five specific buildings (86, 64, 87, 7, 61) at the Sheridan VAHCS, supporting up to 1000 users per building. Services include on-site replacement, setup, and programming of new or failed firewall routers, as well as installation of manufacturer software updates. The contractor must also provide daily email activity reports detailing blocked botnet sites, clients, domains, and applications. Performance standards require a 4-hour response time for equipment replacement (Monday-Friday) and 24/7/365 telephone and remote support. Personnel must possess all required manufacturer certifications for the firewall appliance.
Contract Details
This will be a firm-fixed-price contract with a total potential duration of five years (one base year starting May 29, 2026, plus four 12-month option years). The NAICS code is 541513 (Security Systems Services) with a $37 Million size standard. This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB); offerors must be SBA verified and visible in the Small Business Search Certification at the time of quote submission and award. Only new Original Equipment Manufacturer (OEM) goods are acceptable; no remanufactured or gray market items. Offerors must be an OEM or an authorized dealer with OEM certification. Award will be made on an "All or Nothing Basis."
Submission Requirements
Quotes must be submitted via email only to heather.chase2@va.gov by 5:00 PM MT on May 20, 2026. The email size limit is 4MB. Submissions must include:
- Volume I: Price - Completed Price Schedule (Attachment 2).
- Volume II: Technical Capability - Demonstrating how requirements of the SOW are met.
- Volume III: VA Notice of Limitations on Subcontracting - Completed and signed Certificate of Compliance (Attachment 3). Offerors must list any subcontractors and explain compliance with subcontracting limitations. Failure to submit all required volumes or the signed certificate may result in disqualification.
Evaluation Factors
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering:
- Price: Evaluated by total line-item prices for reasonableness.
- Technical capability or quality: Assessed on meeting/exceeding SOW requirements.
- VA Notice of Limitations on Subcontracting – Certificate of Compliance: Reviewed for completion and signature. The Government intends to award without discussions, based on the lowest-priced, technically acceptable, and compliant offer.
Key Dates
- Questions Due: May 13, 2026, by 12:00 PM MT.
- Quotes Due: May 20, 2026, by 5:00 PM MT.
Contact Information
For questions regarding this solicitation, contact Heather Chase at heather.chase2@va.gov.