Vehicle and Portable 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 Army, USPFO-MI, has issued a Combined Synopsis/Solicitation (W912JB-26-Q-A054) for Vehicle and Portable Radios. This 100% Small Business Set-Aside opportunity seeks to procure four vehicular mount radios and one handheld portable radio for the Michigan National Guard. Quotes are due by April 9, 2026, at 12:30 p.m. EDT.
Scope of Work
The requirement is for the supply of four vehicular mount radios and one handheld portable radio. Products must meet detailed specifications outlined in Attachment A - Product Description, including specific models (e.g., APX 8000H), multi-band capabilities (700/800 MHz, VHF, UHF), AES encryption, TDMA, P25, and compatibility with the Michigan State Public Communication System (MSPCS). Delivery is required within 60 days after award to Lansing, Michigan. The Buy American Act applies, requiring the manufacturer's country of source.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Small Business (NAICS 334220, size standard 1250 employees)
- Contract Type: Firm-Fixed Price
- Place of Delivery: Michigan National Guard, USPFO S&S Receiving, Lansing, MI 48906
- Delivery: 60 days after award
- Billing: Net 30 days, submitted via Wide Area Work Flow (WAWF/PIEE)
Submission Requirements
Quotes must include:
- A Statement of Acknowledgement confirming compliance with all terms.
- Company Information: Name, address, POC, UEI, CAGE, TIN from SAM.gov.
- Volume 1 - Technical Capability: Detailed description of the proposed approach to meet product requirements, including images. Products must meet or exceed Attachment A specifications and comply with Trade Agreement Act country of origin rules.
- Volume 2 - Pricing: Submitted according to CLIN structure with total extended price, valid for a minimum of 60 days.
- NIST Compliance: Offerors must submit a self-assessment on safeguarding covered defense information (DFARS 252.204-7020, NIST SP 800-171) to the SPRS module on PIEE prior to quoting. The assessment must be no more than three years old.
- SAM Registration: Active registration on SAM.gov is required at the time of award and throughout the period of performance. Documents should be labeled with solicitation number W912JB26QA018.
Evaluation Criteria
Award will be made to a single small business providing the best value to the Government. Evaluation factors include price, past performance, and product specifications meeting requirements. Product specifications and past performance will be rated as acceptable or unacceptable, with all factors considered approximately equal. The Government may award to other than the lowest-priced quote if it offers betterments providing best value. Negative information in FAPIIS or SPRS within the last three years may lead to an unacceptable quote.
Key Dates & Contacts
- Questions Due: April 6, 2026, 12:30 p.m. EST via email to bonnie.l.reineer.civ@army.mil.
- Quotes Due: April 9, 2026, 12:30 p.m. EDT.
- Primary Contact: Bonnie Reineer (bonnie.l.reineer.civ@army.mil).