J059--Motorola Emergency Radio Trunking System Maintenance and Support
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AR. Response deadline: Apr 16, 2026. Industry: NAICS 811210 • PSC J059.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 37 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
THIS IS A SOURCES SOUGHT INQUIRY ONLY!!! The Department of Veterans Affairs, Network Contracting Office 16 (NCO 16) is conducting a market survey and is seeking potential sources capable of providing Motorola Trunking Radio System maintenance and support services for the Central Arkansas Veterans Healthcare System (CAVHS) Little Rock and North Little Rock facilities located at the John L McClellan 4300 W. 7TH Street, Little Rock, AR 72205 and at the North Little Rock Eugene Towbin VA Medical Center located at 2200 Ft Roots Drive, Bldg. 170, North Little Rock, AR 72114. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set-aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type of service. The proposed North American Industry Classification System (NAICS) code for this requirement is 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34.0 million. The attached Statement of Work (DRAFT) provides details of the services to be provided. If your organization can meet the requirements of the Statement of Work, you may indicate your interest in providing these services by providing the following information: (1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s). (2) A brief capability statement demonstrating past performance with relevant contract services in Prime Contractor role (no more than 2 pages, 8.5 X 11). (3) Is this product or service available under a federal supply schedule (GSA)? If yes, please provide the contract number. (4) Do you manufacture or directly provide these services? (5) Is your business large or small? (6) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (7) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. (8) Is your firm a certified hub zone firm? (9) Is your firm a woman-owned or operated business? (10) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? (11) If your firm is a small business concern, please confirm your company can comply with the Limitations on Subcontracting requirements. [ ] Yes [ ]No (12) Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. (13) Documentation FROM THE MANUFACTURER confirming you are an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts). Interested firms are reminded that in accordance with FAR 4.203, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.203 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database. All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in SBA at Small Business Search. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Contract Opportunities (sam.gov). Responses to this notice must be submitted via e-mail to: arlene.blade@va.gov. no later than 8:00 am on April 16, 2026. Please include in the email subject line: RFQ #36C25626Q0609 - Motorola Trunking Radio System maintenance and support services. No telephone calls will be accepted. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.