Pre-solicitation Notice
Pre-solicitation Notice
Pre-solicitation Notice
*=Required Field
Pre-solicitation Notice
Page 1 of 6
NOTICE OF INTENT
The Department of Veterans Affairs (VA) Strategic Acquisition Center Frederick (SAC-F), on behalf of the VA Law Enforcement Training Center (LETC), intends to negotiate, with 911iNET LLC on a sole source basis, under the authority of Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 12.102 entitled, Restricting Competition. This action is based on only one known vendor can provide a fully integrated, NDAA compliant PTT solution that meets all required security, multi network, and mission critical operational capabilities., which is exclusively distributed and supported by 911iNET LLC. The required services and support are essential to meeting the Government s unique multi network mission critical communication requirements. No other vendor is authorized or technically capable of providing these integrated services.
The procurement action will include thirty (30) fully configured Push to Talk (PTT) radio devices along with all required hardware, software, licenses, encryption components, configuration services, documentation, and technical support.
The contractor shall furnish thirty (30) fully functional PTT radio devices, inclusive of all required hardware, software, licenses, encryption, configuration, and support services necessary to ensure secure, reliable, and continuous communications, the solution shall support seamless operation across LTE/4G/5G cellular networks, Wi-Fi networks, and direct line-of-sight (LOS) radio communications, with automatic network switching to maintain connectivity.
Period of Performance
12-month base, plus 4 12-month option periods
Technical Requirements
Network Connectivity and Coverage
The contractor shall provide radios that meet the following connectivity requirements:
Operate over LTE/4G/5G cellular networks
Operate over Wi-Fi networks
Operate via direct line-of-sight (LOS) radio communication independent of cellular or Wi-Fi infrastructure
Nationwide coverage through cellular networks, to include Verizon, T-Mobile, and AT&T, to ensure seamless nationwide coverage.
Support automatic and seamless network switching between available networks to ensure uninterrupted communications during outages, degradation, or loss of service
Require no manual intervention by the user to initiate network switching
Security and Encryption
The contractor shall provide radios that meet the following security requirements:
Utilize Advance Encryption Standard (AES) 256-bit encryption for voice and data communications
Be FIPS 140-3 compliant for cryptographic modules
Support Over-the-Air Rekeying (OTAR) to enable secure remote key management
Ensure encryptions keys are protected at rest and in transit
Prevent unauthorized access through authentication and role-based access controls
Device Management and Support
The contractor shall provide radios that meet the following device management capabilities:
Remote device management, including configuration, monitoring, and troubleshooting
Ability to remotely enable, disable, lock, or wipe devices as required
Support for remote software and firmware updates
Administrative interface accessible to authorized government personnel
Contractor-provided technical support during standard business hours, at a minimum.
Device Form Factor and Ergonomics
The contractor shall provide radios that meet the following physical and usability requirements:
Small form factor suitable for handheld, wearable, or belt-mounted use
Lightweight and ergonomically designed for extended operational use
Bluetooth connectivity to support wireless accessories such as headsets or earpieces
Physical controls that are intuitive and easily manipulated by the operator, including:
Push-to-talk button
Volume control
Channel or group selection
Capable of one-handed operation while wearing gloves, where feasible
Performance and Reliability
The contractor shall provide radios that meet the following performance and reliability requirements:
Provide clear, low-latency voice communications
Maintain reliable performance during high-usage or emergency scenarios
Be designed for operational environments typical of public safety, law enforcement, or emergency responses missions.
Include a rechargeable battery capable of supporting a twelve (12) hour operational shift under normal use.
Reporting and Security Incident Notifications
The contractor shall not disclose any information regarding Government use or operations without prior written authorization from the contracting officer or designated representative
Reporting of Information Request or Suspicious Activity
The contractor shall immediately notify the Government of any attempt by an individual or entity to obtain information regarding:
The use, configuration, capabilities, or operational deployment of the radios
User identities, locations, communications patterns, or operational procedures
System architecture, encryption methods, or network routing
Notification shall occur:
Within one (1) business day of discovery
Via government-designated points of contact
In writing, with sufficient detail to support follow-on investigation
Security Incidents
The contractor shall report any actual or suspected:
Data breaches
Unauthorized access
Loss or compromise of encryption keys
Device tampering or compromise
Reports shall be made within 24 hours of identification and include mitigation actions taken or planned.
Deliverables
The contractor shall deliver:
Thirty (30) PTT radio devices, fully configured and operational
All required licenses, subscriptions, and encryption components
User documentation and quick-reference guides
Administrative and device management documentation
Initial configuration and setup support
Warranty documentation and support contact information
Delivery shall be made to a Government-designated location within the United States specified by the Contracting Officer (CO) or their representative (COR).
Compliance
The contractor shall ensure that all hardware, software, and services provided under this SOW comply with applicable federal laws, regulations, and security standards.
Hardware
The Equipment provided under this SOW shall be compliant with the Federal Acquisition Regulation Section 889 Part A John S. McCain National Defense Authorization Act (NDAA) in accordance with Pub. L. 115-232
The NDAA requires that the equipment supplied under this SOW shall not be manufactured, or have components manufactured, by any of the following prohibited companies:
Huawei Technologies company
ZTE Corporation
Hytera Communications Corporation,
Hangzhou Hikvision Digital Technology Company
Dahua Technology Company
The Contractor shall self-certify that the equipment provided under this SOW is compliant with the NDAA.
Acceptance Criteria
The Government will accept the deliverable upon verification that:
All devices meet the technical requirement outlined in this SOW
Encryption and security features function as specified
Automatic network switching operates as intended
Remote management capabilities are demonstrated
All required documentation is delivered and completed
The NAICS code is 517117 All Other Telecommunications, and the size standard is $40 million. SAC F anticipates awarding a 12 month base plus four 12 month option periods, firm fixed price contract to 911 INet LLC, to include RFO clauses 52.217 8 and 52.217 9, should an extension be required beyond 60 months.
Interested parties that believe they could satisfy the requirements listed above for SAC-F may clearly and unambiguously identify their capability to do so in writing on or before the response date for this notice. This is not a request for competitive proposals and a solicitation will not be issued. A determination not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition.
Any questions regarding this notice must be submitted in writing via email to Jennifer.Swift2@va.gov and Brian.Keen2@va.gov .All responses to this notice of intent must be submitted so that they are received at Jennifer.Swift2@va.gov and Brian.Keen2@va.gov no later than 05/20/2026, at 1PM ET.