Skip to content
Department of Veterans Affairs

J059--WASHINGTON DC VA MEDICAL CENTER TV AND CABLE ASSESSMENT

Solicitation: 36C24526Q0364
Notice ID: c57a3a10902b4c9dab1ec17b0a40894e
TypeSources SoughtNAICS 516120PSCJ059DepartmentDepartment of Veterans AffairsStateDCPostedMar 12, 2026, 12:00 AM UTCDueMar 20, 2026, 12:00 PM UTCCloses in 5 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: DC. Response deadline: Mar 20, 2026. Industry: NAICS 516120 • PSC J059.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$903,256,641
Sector total $903,256,641 • Share 100.0%
Live
Median
$185,301
P10–P90
$26,301$2,550,765
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($903,256,641)
Deal sizing
$185,301 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 DC
Live POP
Place of performance
Washington DC VA Medical Center 50 Irving St. NW • Washington, District of Columbia • 20422 United States
State: DC
Contracting office
Linthicum, MD • 21090 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Point of Contact

Name
Ethan Mauzy
Email
Ethan.Mauzy@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
245-NETWORK CONTRACT OFFICE 5 (36C245)
Office
Not available
Contracting Office Address
Linthicum, MD
21090 USA

More in NAICS 516120

Description

This is a request for information and will be used for market research purposes only. The sources sought notice is used to identify potential vendors that have the resources and capabilities to provide the TV/Cable/Telecommunications services to the 321 units in the Washington DC Veteran Affairs Medical Centers: 1. Purpose This Statement of Work (SOW) defines the requirements for a comprehensive assessment, diagnostic evaluation, system mapping, and modernization recommendations for the existing Cable and TV distribution systems at the Washington DC VA Medical Center and Fisher House. The contractor shall assess current performance, identify system deficiencies, and provide recommendations for improvement, including evaluation of a potential conversion to a modern digital network distribution system. The contractor must furnish a complete diagram of the entire network, including all equipment components, at the conclusion of the contract. 2. Background The Cable and TV distribution system serving the Medical Center and Fisher House consists of multiple networks receiving programming through various satellite providers. The system uses a mix of legacy analog, hybrid, and digital equipment. Due to age, configuration complexity, and evolving technology standards, a detailed assessment is required to determine system performance and identify opportunities for modernization, including potential migration to digital IPTV or digital RF distribution methods. 3. Scope of Work The contractor shall perform a thorough technical evaluation and documentation of the entire TV distribution infrastructure. Tasks include, but are not limited to: Inspect all satellite reception equipment, including dishes, mounts, LNBs, multiswitches, and alignment. Inventory and evaluate all components associated with signal processing and distribution, such as receivers, modulators, encoders, amplifiers, splitters, combiners, filters, racks, patch panels, and distribution modules. Trace, document, and evaluate all cabling, including coaxial, fiber, Ethernet, and any signal transport devices. Identify all network segments supplying the Medical Center and the Fisher House, including signal flows and distribution pathways. Evaluate system performance, including signal strength, quality, balancing, and distribution integrity. Diagnose existing issues, including failed components, degraded cabling, obsolete equipment, interference sources, and configuration problems. Assess compliance with relevant industry standards, modern digital distribution requirements, and VA operational needs. Provide recommendations for system improvements and upgrades across existing infrastructure. Provide a detailed evaluation and recommendations for converting the system to a digital network distribution platform, including options such as: IPTV systems QAM-based digital RF distribution Hybrid satellite/IPTV systems Migration of analog infrastructure to digital-ready or IP-based delivery Provide cost-effective pathways for phased upgrades or full digital conversion. Coordinate with VA personnel to complete all work with minimal disruption to operations. 4. Deliverables The contractor shall deliver the following: Comprehensive Assessment and Diagnostic Report, including: Detailed description of current system conditions Inventory of all equipment components with manufacturer and model information Identified deficiencies and performance issues System performance metrics and testing results Recommendations for repairs, replacements, or reconfigurations Modernization recommendations, including assessment of digital network conversion options Cost-effective upgrade strategies Future-proofing and sustainability considerations Complete Network Diagram showing: All satellite dishes and reception equipment All headend equipment components All cabling, distribution panels, and signal pathways All network segments and interconnections Clear signal flow representation from source to endpoint Recommendations Report specifically addressing digital conversion, including: Technology options and comparison Required infrastructure changes Recommended equipment solutions Estimated cost range and implementation timeline Final Presentation/Briefing summarizing findings, recommendations, and proposed modernization strategies for VA leadership. 5. Contractor Responsibilities The contractor shall: Provide all labor, tools, test instruments, and equipment necessary for diagnostics and system review. Follow all VA safety, security, and operational protocols. Maintain professional conduct and avoid disruptions to medical and residential operations. Ensure all areas and systems are restored to original condition after inspection. Protect all VA government property from damage during performance of work. 6. Period of Performance The period of performance will be determined at contract award. All deliverables must be completed before the contract end date. 7. Place of Performance Washington DC VA Medical Center and Fisher House 50 Irving St. NW Washington, DC 20422 8. Government Responsibilities The VA will provide: Access to required areas and equipment rooms. Available system documentation or history, if present. A designated point of contact for scheduling, escorting, and coordination. 9. Acceptance Criteria Deliverables will be accepted based on the following: Completeness and accuracy of system assessment. Inclusion and clarity of all equipment components in documentation and diagrams. Feasibility and clarity of recommendations for improvement and digital conversion. Compliance with all SOW requirements and professional standards. 10. Additional Requirements All work must be performed without interruptions to patient care, clinical operations, or Fisher House residential services. Contractor personnel must comply with all applicable federal, VA, and local health, safety, and security requirements. **Instructions for Responses Listed on Following Page** INTERESTED & CAPABLE RESPONSES NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your: 1. Business name, SAM Unique Entity Identifier (UEI), business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address). 2. GSA contract number; if you have one, 3. Capability statement and summary of relevant experience conducting TV/Cable telecommunications assessment services for Veterans Health Administration (VHA) and other healthcare entities. 4. Approximate cost estimate to perform the work described. Your estimate shall not be considered a final quote, rather, the estimate shall be used to assist contracting with determining fair and reasonable pricing when drafting the Governments independent estimate. Responses to the information requested above must be submitted via email to ethan.mauzy@va.gov, by March 20th, 2026 NLT 08:00hrs EST. This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.

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.