Motorola APX 8500 Radios, Installation and Programming 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 Minneapolis VA Healthcare System is conducting a Sources Sought for Motorola APX 8500 radios, installation, and programming services. This is for market research purposes to identify capable vendors. Responses are due February 6, 2026.
Scope of Work
The requirement is for four (4) Motorola APX8500 radios, including installation, software, and programming services. The Statement of Work (SOW) details the procurement of specific Motorola APX8500 radio package items, which include multiband mobile radios, antennas, remote mount cables, and various software licenses (SmartZone, ASTRO Digital CAI OP, P25 Trunking, Multikey Operation, AES encryption, ADP). Services also include device installation, provision of miscellaneous device parts/equipment, and Astro technical assistance. The requirement specifies a brand name or equal product, referencing FAR Clause 52.211-6.
Performance Standards: Installation must be manufacturer certified, and equipment tested for operational status. A minimum 1-year warranty (extending to 3 years post-installation) is required. Radios must communicate on VHF, UHF, 700/800, and LTE SmartConnect, with Multikey AES 256 encryption and ADP, and require programming.
Place of Performance: Fort Meade VAMC, 113 Comanche Road, Fort Meade, SD 57741. Delivery and installation are to occur during normal business hours (0800-1530, Mon-Fri, excluding Federal Holidays).
Contract & Timeline
- Type: Special Notice / Sources Sought (Market Research)
- Set-Aside: None specified (for market research)
- Response Due: February 6, 2026, 10:00 PM EST
- Published: January 30, 2026
- Delivery Schedule: Estimated delivery start February 27, 2026, and end March 30, 2026.
Response Requirements
Interested vendors must submit their contact and organization information with a descriptive proof of capability via email to theresa.thunder@va.gov. Additionally, responses must address the following questions:
- Identify your organization's socio-economic category.
- State whether any requested services can be ordered against an existing government contract (e.g., FSS, GSA).
- State if subcontracting is contemplated, including the percentage of work and tasks to be subcontracted.
Additional Notes
This is solely for market research; no contract will be awarded from this announcement. Failure to respond to the questions may affect the acquisition strategy. Applicable clauses like VAAR 852.219-75 or FAR 52.219-14 may apply to a potential future solicitation if set-aside for Veteran-Owned Small Businesses or Small Businesses, respectively.