Two Way Radios
SOL #: 36C24WQ0035Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States
Place of Performance
Tulsa, OK
NAICS
Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)
PSC
Communications Security Equipment And Components (5810)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 29, 2026
2
Submission Deadline
Feb 5, 2026, 10:00 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 RPO WEST (36C24W) office, is soliciting proposals for a turn-key two-way handheld radio solution for the new James Mountain Inhofe VA Medical Center in Tulsa, Oklahoma. This requirement includes the supply, installation, and a 5-year service agreement for two-way radios and supporting backbone equipment. This is a Total Small Business Set-Aside (FAR 19.5). Proposals are due by February 05, 2026.
Scope of Work
- Supply & Installation: Provide 40 handheld two-way radios (with antennas, batteries, charging stations) and necessary backbone equipment (base radio, repeater, preselector) for the UHF frequency range (400-480MHz).
- Coverage: Ensure full operational coverage throughout the entire 300,000 sq ft facility, eliminating dead or weak signal zones.
- Technical Specifications: Handheld radios must meet specific requirements including 12.5/25.01 kHz channel spacing, 64 channel capacity, 17-hour battery life, operation between -22°F to 140°F, IP55 dust/water intrusion, and compliance with MIL-STD 810C/D/E/F/G/H and IEC 61000-4-2 Level 4.
- Service & Warranty: Provide a minimum 5-year local service agreement for technical support, updates, and repair, including a 5-year warranty on all components.
- Training: Conduct staff training on the new system.
- Site Survey: A site survey is required before contract award.
Contract Details
- Contract Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: James Mountain Inhofe VA Medical Center, 440 S. Houston Ave, Tulsa, Oklahoma 74127.
- Period of Performance: Delivery and installation must be completed within 60 days after receipt of order (ARO).
- Evaluation: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price, technical factors, and past performance.
Submission & Key Dates
- Questions Due: No later than Tuesday, February 03, 2026, at 5:00 PM CDT via email to martin.torres@va.gov.
- Proposals Due: No later than Thursday, February 05, 2026, at 5:00 PM CDT via email to martin.torres@va.gov.
- Contact: Martin Torres (martin.torres@va.gov)
Special Requirements
- Contractor must provide OEM authorization certification.
- Contractor personnel must adhere to VA safety and health guidelines and provide a single point of contact (POC).
- The Buy American Act applies.
People
Points of Contact
Martin TorresPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Jan 29, 2026