This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Â
This is a request for quote (RFQ), and the solicitation number is 36C25026Q0550. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2026-01 effective 03/13/2026. The associated NAICS Code is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing.
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Chalmers P. Wylie VA Ambulatory Care Center Motorola Solutions MOTOTRBO R5 Portable Two-Way Radios and associated accessories for Emergency Management and Facility Operations. The objective of this procurement is to ensure reliable, secure, and interoperable radio communications to support VA Police routine operations, emergency response, and critical incident management within a medical center environment. The radios must integrate with the existing Motorola MOTOTRBO/DMR infrastructure currently deployed at the facility. For that reason, this is a Brand Name only requirement. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below.
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than May 8, 2026, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
65.00
EA
$
$
PORTABLE RADIO R5 400-512 MHZ 4W LKP DISPLAY WIFI/BT.
***REPLACEMENT MX#1964639,MX#1964641,MX#1964642,MX#1964643,MX#1964645,MX#1964646,MX#19646 52,MX#1964655,MX#1964657,MX#1964663,MX#1964683,MX#1964686,MX#1964694,MX#19 64695,MX#1964696,MX#1964737,MX#1964738,MX#1964739,MX#1964740,MX#1964741,MX #1964760,MX#1964761,MX#1964762,MX#1964763,MX#1964764,MX#1964906,MX#1964907 ,MX#1964908,MX#1964909,MX#1964952,MX#1964953,MX#1964954,MX#1964955,MX#1964 957,MX#1964958,MX#1964959,MX#1964960,MX#1964961,MX#1964962,MX#1964963,MX#1 964964,MX#1964966,MX#1964967,MX#1964968,MX#1964969,MX#1964971,MX#1964975,M X#1964977,MX#1964979,MX#1964981,MX#1964983,MX#1965039,MX#1965041,MX#196504 4,MX#1965046,MX#1965047,MX#1965055,MX#1965056,MX#1965057,MX#1965059,MX#196 5061*** ***EIL'S 820/130*** ***POC WILLIAM ROBINSON*** SEPG/EER 285088/276960
LOCAL STOCK NUMBER: AAH07RDH9SA1AN
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0002
65.00
EA
$
$
STANDARD CHARGER.
LOCAL STOCK NUMBER: STDCHG0651AA
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0003
65.00
EA
$
$
STANDARD LI-ION IP67 2200T BATTERY (PMNN4888).
LOCAL STOCK NUMBER: STDBAT0651AA
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0004
65.00
EA
$
$
ADD: UHF WHIP 403-527MHZ 15CM ANTENNA (PMAE4079).
LOCAL STOCK NUMBER: QA02304AF
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0005
65.00
EA
$
$
STANDARD MEDIUM MODEL BOX.
LOCAL STOCK NUMBER: STDBOX0651AA
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0006
65.00
EA
$
$
ADD: IMPRES WINDPORTING RSM (PMMN4171).
LOCAL STOCK NUMBER: QA02773AB
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0007
65.00
EA
$
$
5Y ESSENTIAL SOFTWARE - R5.
LOCAL STOCK NUMBER: SWV03I04721A
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0008
65.00
EA
$
$
5Y ESSENTIAL SERVICE - R5.
LOCAL STOCK NUMBER: LSV03I04294A
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0009
1.00
EA
$
$
RADIO USB PROGRAMMING CABLE.
LOCAL STOCK NUMBER: PMKN4115B
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
0010
1.00
EA
$
$
RADIO PROGRAMMING SOFTWARE, MOTOTRBO CPS DOWNLOAD - CURRENT VERSION.
LOCAL STOCK NUMBER: HKVN4362A
ACRN: 1
Requisition Number: 757-26-2-096-0207
Appropriation: 757-3660160-096-820100 Medical Service-3151 Utility and Operating Equ-010044175
GRAND TOTAL
$
STATEMENT OF WORK
GENERAL INFORMATION
1. Title of Project: Acquisition of Motorola Solutions MOTOTRBO R5 Portable Two-Way Radios for Emergency Management and Facility Operations
2. Scope of Work: The contractor shall provide all labor, materials, equipment, programming, configuration, delivery, and incidental services necessary to furnish Motorola Solutions MOTOTRBO R5 portable two-way radios and associated accessories for the VA Central Ohio Healthcare System.
The objective of this procurement is to ensure reliable, secure, and interoperable radio communications to support VA Police routine operations, emergency response, and critical incident management within a medical center environment. The radios must integrate with the existing Motorola MOTOTRBO/DMR infrastructure currently deployed at the facility
3. Background: The VA Central Ohio Healthcare System currently operates a Motorola-based MOTOTRBO digital radio system. Existing infrastructure, programming templates, accessories, and management tools are configured specifically for Motorola DMR Tier II operations.
The current requirement is to replace portable radio inventory using the Motorola Solutions MOTOTRBO R5 platform to maintain system continuity, compatibility, and operational readiness. Introducing an alternate manufacturer would require system reconfiguration, retraining, accessory replacement, and potential interoperability risk.
The MOTOTRBO R5 radios provide:
DMR Tier II digital protocol compatibility
VHF and/or UHF capability (136 174 MHz / 400 512 MHz)
High power output (5W VHF / 4W UHF)
Advanced audio features including SINC+ noise suppression and AI-trained noise suppression
Programmable speech loudness up to 106 phons
IP67 dust-tight and waterproof rating
Ruggedization to MIL-STD-810H
Wi-Fi (2.4/5.0 GHz) with WPA3 security
Bluetooth® Core version 5.2
Optional intrinsically safe configuration (UL TIA4950 / CSA C22.2
4. Performance Period: The contractor shall complete the work required under this SOW in 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. The work shall begin within 30 calendar days of award, unless otherwise specified. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO.
5. Type of Contract: Firm-Fixed-Price
B. CONTRACT AWARD MEETING
The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived.
C. GENERAL REQUIREMENTS
1. The contractor shall provide a detailed delivery schedule including quantities, configuration status, and anticipated delivery dates.
2. All radios shall be new, current production models with full manufacturer warranty coverage.
3. All written deliverables shall be clear and understandable, written in layperson language when appropriate.
4. The contractor shall coordinate with VA Police technical representatives for programming alignment and system configuration.
D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
The contractor shall furnish Motorola Solutions MOTOTRBO R5 portable two-way radios in the required frequency band (VHF and/or UHF), configured for VA Police operational use.
Task One: The contractor shall provide a fully configured radios and accessories ready for operational deployment.
Deliverable One: Each radio shall include:
IMPRES Li-Ion battery (minimum 3200 mAh preferred where specified)
Rapid charger
Belt clip
Antenna appropriate for frequency band
Programming and configuration aligned to existing VA system
Manufacturer s 5-year service coverage (hardware repair and software updates)
Task Two: The contractor shall program each radio consistent with VA Police operational requirements, ensuring compatibility with existing MOTOTRBO DMR Tier II system settings.
Deliverable Two:
Programming shall include:
Channel templates
Zone configurations
Emergency button configuration
Basic or enhanced privacy settings
Transmit interrupt (if applicable)
Lone worker feature (if applicable)
The contractor shall not alter existing infrastructure without written authorization from the CO.
E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable]
Optional Task One: N/A
Optional Deliverable One: N/A
SCHEDULE FOR DELIVERABLES
1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified.
2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same.
3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations.
G. CHANGES TO STATEMENT OF WORK
Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
H. REPORTING REQUIREMENTS
1. The contractor shall provide status updates upon request and notify the VA Project Manager of shipment tracking information at time of dispatch.
I. TRAVEL [If applicable]
No travel is anticipated.
J. GOVERNMENT RESPONSIBILITIES [If applicable]
The Government shall:
Provide programming templates
Provide system configuration parameters
Provide site access if required
Identify Project Manager / Technical Point of Contact
K. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders)
The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated.
If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills:
The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons.
The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason.
If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager.
The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty.
L. CONFIDENTIALITY AND NONDISCLOSURE
It is agreed that:
1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.
2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response.
3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
All contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access.
Position Sensitivity The position sensitivity has been designated as Low Risk
Background Investigation The level of background investigation commensurate with the required level of access is __N/A__________
(Insert Background Investigation, Minimum Background Investigation or National Agency Check with Written Inquiries).
Contractor Responsibilities
The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language.
The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt.
The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract.
Failure to comply with contractor personnel security requirements may result in termination of the contract for default.
4. Government Responsibilities
The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor s employees, after receiving a list of names and addresses.
Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct background investigations.
The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB.
The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th
The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2025)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (NOV 2023)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN 2020)
FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2023)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006) - - Hand-Carried Address: Department of Veterans Affairs, Network Contracting Office 10, 2780 Airport Drive, Suite 340, Columbus, OH 43219
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
VAAR 852,233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (SEP 2018)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (SEP 2018)
VAAR 852.246-71 REJECTED GOODS (OCT 2018)
VAAR 852.247-71 DELIVERY LOCATION (OCT 2018)
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than May 8, 2026 by 5:00 PM EST to gina.crank@va.gov.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov