Skip to content
Department of Veterans Affairs

Z1DA--Update Patient Wifi 610A4-25-226

Solicitation: 36C25026B0012
Notice ID: 40297f057d3d4b56bd06ceb2a5b88854
TypePresolicitationNAICS 238210PSCZ1DASet-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateINPostedFeb 10, 2026, 12:00 AM UTCDueMar 04, 2026, 06:30 PM UTCCloses in 9 days

Presolicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: IN. Response deadline: Mar 04, 2026. Industry: NAICS 238210 • PSC Z1DA.

Market snapshot

Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.

12-month awarded value
$6,861,289
Sector total $33,095,080,127 • Share 0.0%
Live
Median
$48,254
P10–P90
$7,365$2,168,480
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($6,861,289)
Deal sizing
$48,254 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IN
Live POP
Place of performance
Department of Veterans Affairs Northern Indiana Health Care, Fort Wayne Campus 2121 Lake Avenue • Fort Wayne, Indiana • 46805 United States
State: IN
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
Eric Sweatt
Email
eric.sweatt@va.gov
Phone
email only

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 238210

Description

I. SCOPE OF WORK: The contract involves replacing the old router with a newer one, adding an extender or Mesh to the existing Wi-Fi network, and ensuring the seamless integration of the latest equipment with the current system. Contractor shall provide all needed labor, materials, Supervision, Quality and Safety Measures, and all other necessary resources required to update the patient Wi-Fi system at VA Northern Indiana Health Care System Fort Wayne Campus located at 2121 Lake Avenue, Fort Wayne, IN 46805. SCOPE: A. Building 1: 1. The contractor shall replace selected patient Wi-Fi access points, Firewall, Wi-Fi switches and install new directional antenna. a. First floor i. Replace ten (10) access points, two (2) consoles, four (4) switches, one (1) server, and one (1) firewall. b. Second floor i. Replace four (4) access points and one (1) switch. ii. Remove one (1) access point. iii. Add CAT6A cabling for the router in room 3239. c. Third floor i. The contractor shall install all the necessary wiring and one (1) directional Wi-Fi antenna on Building 1 outside room 3239. ii. Contractor shall install all equipment necessary to install a Wi-Fi router for the antenna outside room 3239. d. Fourth floor i. Replace eleven (11) access points and one (1) switch. B. Building 2: 1. The Contractor shall install one (1) Wi-Fi repeater on Building 2. 2. The Contractor shall install one (1) Wi-Fi router in Building 2 for the Wi-Fi repeater. 3. The Contractor shall install three (3) access points and all necessary wiring for the access points. C. Building 8: 1. The contractor shall install two (2) new access points in Building 8. This will include all wiring and equipment necessary to make the access points operational. 2. The Contractor shall install one (1) switch for the Wireless access points in Building 8. 3. The Contractor shall install one (1) omnidirectional antenna on Building 8. This antenna shall be placed on the exterior west facing wall of the building. 4. The Contractor shall install one (1) Wi-Fi router in Building 8 for the omnidirectional antenna. 5. The Contractor shall install racking in Building 8 for the switch. 6. Work in Building 8 Shall be performed during off hours, 5:00 P.M. 2:00 A.M. Monday Friday. D. Equipment List 1. Access points will be Ruckus R650 dual-band 802.11abgn/ac/ax Wireless Access Point with Multi-Gigabit Ethernet backhaul, 4x4:4 + 2x2:2 streams, OFDMA, MU-MIMO, BeamFlex+, dual ports, PoH/uPoE/802.3at PoE support or equivalent. 2. Switches will be ICX 7150 Switch, 24x 10/100/1000 PoE+ ports, 2x 1G RJ45 uplink-ports, 2x 1G SFP and 2x 10G SFP+ uplink-ports upgradable to 4x 10G SFP+ with license 370W PoE budget, basic L3 (static routing and RIP) or equivalent. 3. Transceivers will be 1000BASE-SX SFP optic, MMF, LC connector, Optical Monitoring Capable or equivalent. 4. Cabling will be CAT6A. 5. All materials sourced and installed shall be compatible with each other. E. Additional requirements. 1. The Contractor shall coordinate project expectations with the subcontractors to ensure everything in the SOW and on the specifications is included in subcontractor bids and work is properly completed prior to the final inspection. 2. Contractor shall provide a site-specific safety plan before the start of work. 3. Contractor shall provide a construction schedule before the start of work. 4. Contractor shall provide Submittals to COR prior to install. 5. Prior to final payment, the contractor shall supply the VA with a list of all usernames and passwords created during the installation and setup of the Wi-Fi system. 6. The period of performance for this project is 90 calendar days from the Notice to Proceed. 7. Work Shall be performed during normal business hours, 7:00 A.M. 4:30 A.M. Monday Friday (except for Building 8 as mentioned in C.6). 8. All switches, access points, and consoles that were replaced shall be returned to VANIHCS Engineering. 9. The Contractor shall dispose of all waste created during this project. 10. The Contractor is responsible for cleaning up their work area after every shift. The Contracting Officer (CO) will issue the Notice to Proceed before any work or mobilization is authorized to begin. Contractors shall clearly include the solicitation number (prior to award) or the contract number (as appropriate) on all documents submitted to VA. "No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.