Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

70 -- Mobile Security Trailer

Notice Date
2/4/2026 7:38:41 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0271
 
Response Due
2/25/2026 9:00:00 AM
 
Archive Date
03/12/2026
 
Point of Contact
Joseph J. Krupa, Contracting Officer, Phone: (304) 263-0811 ext.7618
 
E-Mail Address
Joseph.krupa@va.gov
(Joseph.krupa@va.gov)
 
Awardee
null
 
Description
RFI INFO SHEET THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334111 (size standard of 1,250 Employees). Product/Service Code is 7B22. Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Martinsburg Network Contracting Office, is seeking sources who can possibly provide Mobile Surveillance - Mobile Pro Systems for the Police Department at the Washington DC VA Medical Center Salient Characteristics: Trailer Travel: 181 x 68 x 77 (LxWxH) Deployed: 139 x 90 x 33 ft. Gross weight rating: 3000 lbs. 4 adjustable outriggers Heavy duty tube steel frame Industrial powder coat finish Electric trailer brakes standard 3500# torsion axle w/15 wheels DOT compliant Mast Exclusive mast stabilization system 33 ft. 3-section telescoping mast Rotatable mast 10 flexible tool-free mounting locations Top mast: 6 ethernet | 3 power | 2 control Mid mast: 3 ethernet | 2 power | 3 control Power 1300AH AGM battery system Optional gasoline or diesel generator 20 gallon fuel capacity 110 VAC shore power input 640W solar array Dashboard monitored and controlled circuits Flexible 12V and 24V adaptable outputs 150W 110VAC pure sine wave output Security Dual-locking door handles Removable tongue Removable outrigger handles Door open sensor Impact sensor GPS with geo fencing Internal camera & equipment storage Automation Interactive scheduling Audio enabling Event triggering Remote arm and disarm Autonomous generator Thermal controlled enclosure Battery reheat (optional) Insulation package (optional) System Automation Operational automation shall control all aspects of environmental management, battery maintenance, generator operation, etc 1) All functionality of the operational automation shall be able to be monitored and controlled though a web portal 2) The web portal will allow multiple trailers to be seen on the same user interface at the same time 3) All sensors, and control shall be available for viewing and control at a local user interface The system shall have the ability to automatically remotely control outputs based upon inputs such as motion detection 1) Automation shall provide deterrent operations such as sequencing lighting, strobes, and operate an audio message when inputs are detected from motion detectors 2) There shall be remote control of the deterrent functionality Deterrents to have easy to use selections for day/night, night only, and on-always There shall be a lighting sensor that knows the difference between daylight and artificial lighting 3) The automation system shall report current status and provide control for individual components. 4) The power control system shall have the ability to individually remotely control and power cycle the power feed to many of the components. This includes: Modem to reset the modem Network Switch the ability to reset the power in the event of an error Cameras if the camera can t be reached the ability to provide a remote power cycle Communications Hardware ability to power cycle Lighting remotely control any of the deterrent lighting components The system shall have an optional embedded functionality to support Security and Alarm Deterrent functionality 1) The system shall not operate the deterrent functionality if the system is dis-armed 2) The system shall have the ability to force the deterrent functionality ON/OFF/Automatic 3) When the alarm system is disarmed, notifications to the user shall be suppressed 4) If the system is armed, the system will operate the deterrent sequences and process notifications to the user(s) 5) The users shall have the ability to reset or dis-arm the alarm through a web portal interface 6) This functionality shall be available through a local control panel, via a web portal. 7) The system shall have the ability to support a Wiegand style card reader to arm and disarm the embedded alarm system. 8) A security log shall be maintained to indicate: What user armed or disarmed the system What invalid card attempts were made All logs to be location and date and time stamped 9) System shall operate as a time and attendance system with a per-user identity Local System Control Panel The control panel on the system shall be easy to operate and provide feedback as to what conditions the system is in. The system will have a method to startup and shut down the system with a single switch action When the system is shutting down, the trailer logic shall instruct the computer to provide a soft shutdown before power is remove The system shall include visible indicators to indicate that the system has a stable network connection. The local control panel shall have clearly identified electrical breakers The breakers shall be of the toggle handle type to clearly show that state that they are in. There shall be a switch for generator operation. (Down OFF, Center AUTO, Up START NOW) A display shall indicate the current status of the generator (Gen OFF, Gen Running, Gen Cranking, Gen ERROR, Gen TOTAL HRS, Gen CURRENT RUN, Gen OIL LIFE) The system will have a visible fuel gauge to indicate the level of the fuel in the fuel tanks. There shall be additional control buttons to turn accessories ON, OFF, AUTO positions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Is your product/ company Fed Ramp Approved? Is your product/ company authorized for use with the Enterprise Cloud Solutions Office? Does your system/product have Authority to Operate (A.T.O) granted by the Department of Veterans Affairs? Does your system/product use a third-party cloud solutions provider? i.e. Azure, Amazon and so forth. Is your system/product a Software as a service (S.a.a.S), Platform as a service (P.a.a.S), or an Infrastructure as a service (I.a.a.S)? Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in FAR 19.505? Specifically, what percentage of the work will be performed by your company versus subcontractors? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items. Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act? Please complete FAR 52.225-2 below. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to joseph.krupa@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, February 25, 2026, by 12:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK (SOW) Contract Title. Security Monitoring Trailer Supply Contract Background. This is a dynamic platform that allows police to continuously evolve hardware components to the mobile surveillance camera system to be prepared for the unique environment in which it will enhance security monitoring, deterrence, and incident documentation in designated areas. With a bevy of security and environmental factor safety components pre-designed with the additional benefit of allowing modular component alterations. This system stands alone in the diverse capabilities it offers the DCVAMC. Proprietary monitoring capabilities in conjunction with renewable energy technology ensure this platform will be utilizable and ready for deployment for the foreseeable future and will allow the investment to extend well past the expected lifecycle of other surveillance apparatuses. Scope of Work. The selected contractor shall provide a fully operational mobile surveillance camera system, including installation, configuration, testing, maintenance, and support services. The system must be self-sufficient, easily deployable, and capable of operating in various environmental conditions. The Contractor shall furnish and deliver fully operational security monitoring trailers that meet the specifications outlined in this SOW. The trailers must comply with all applicable federal regulations, including Department of Transportation (DOT) standards, and include all necessary components to ensure reliable operation in various environmental conditions. . Specifications. 4.1 Equipment Line Item Description Quantity MPS-3400-24-004 MPS 3400 TRAILER SYSTEM 2 MPS-3400-BASE-36 COMMANDER 3400 BASE SYSTEM w/ 36 ft. Stabilized MAST 1 GEN-4000-GAS MPS 3400 GAS GENERATOR SYSTEM 4000W 1 BATT-KIT-13-100 1200 AH AGM BATT PACK 1 C-P3735PLE-A FIXED CAMERA, MULTI-SENSOR, 8MP 360° IR - AXIS P3735-PLE W/MOUNT 1 PTZ-Q6135LE-A PTZ CAMERA 2MP 1080p 32X IR - AXIS Q6135-LE W/MOUNT 1 POE-70W-24V 24VDC DUAL CHANNEL HI POE 70W 1 POE-35W-24V 24VDC HI POE 35W 2 POE-RACK-PLATE RACK PLATE WITH MOUNTING HARWARE 1 EXACQ-LICENSE-PRO EXACQ 1 YEAR CAMERA LICENSE SERVICE AGREEMENT 2 COMP-I5-LAPTOP LAPTOP SERVER - I5 - 8GB - OS W/CONFIG (NO HD) 1 COMP-8TB SSD DRIVE 8 TB SSD DRIVE WITH CONFIGURATION 1 COM-TR-CP-S700 CRADLEPOINT CELLULAR ROUTER S700 KIT 1 3400-TR-AUDIO-AX-1310 IP BASED 2 WAY AUDIO HORN KIT 3400 - AXIS C1310-E 1 SW-16-P-1GIG 16 PORT NETWORK SWITCH 1 TM-STROBE POD KIT TOP MAST LED STROBE LIGHT POD KIT 1 3400-BODY-STROBE-KIT 6 BODY LED STROBE LIGHT KIT 3400 1 TM-LIGHT-BAR-KIT-42-R20 TOP MAST 2-42"" LED FLOOD LIGHT KIT 1 HD-WHEEL-JACK HEAVY DUTY FRONT WHEEL JACK 1 3400-STORAGE ROLLOUT STORAGE CONTAINER NEW 1 CAM-RACK-5 INTERNAL CAMERA STORAGE RACK 1 WHEEL-CHOCKS WHEEL CHOCKS 1 1 SAFETY-RIBBON 3400 DOUBLE 15' SAFETY RIBBON KIT W/STANDARDS - 3400 1 SUPPORT AGREEMENT SUPPORT AGREEMENT AND HARDWARE WARRANTY 1ST YEAR 1 SOLAR-600W - 3400 600W SOLAR SYSTEM 3400 KIT 1 5.2 Required Features. Trailer Travel: 181 x 68 x 77 (LxWxH) Deployed: 139 x 90 x 33 ft. Gross weight rating: 3000 lbs. 4 adjustable outriggers Heavy duty tube steel frame Industrial powder coat finish Electric trailer brakes standard 3500# torsion axle w/15 wheels DOT compliant Mast Exclusive mast stabilization system 33 ft. 3-section telescoping mast Rotatable mast 10 flexible tool-free mounting locations Top mast: 6 ethernet | 3 power | 2 controls Mid mast: 3 ethernet | 2 power | 3 control Power 1300AH AGM battery system Optional gasoline or diesel generator 20 gallon fuel capacity 110 VAC shore power input 640W solar array Dashboard monitored and controlled circuits Flexible 12V and 24V adaptable outputs 150W 110VAC pure sine wave output Security Dual-locking door handles Removable tongue Removable outrigger handles Door open sensor Impact sensor GPS with geo-fencing Internal camera & equipment storage Automation Interactive scheduling Audio enabling Event triggering Remote arm and disarm Autonomous generator Thermal controlled enclosure Battery reheats (optional) Insulation package (optional). Specific Tasks. 6.1 Delivery. All equipment shall be delivered to: Washington DC VA Medical Center 50 Irving St NW Washington, DC 20422 ATTN: Police Service Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip). Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345) Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information. Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery. Delivery is required within 90 days from award of the contract. 7. ADHERENCE TO VHA HANDBOOK 6500.6 REQUIREMENTS GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS: A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. Custom software development and outsourced operations must be in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are following VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor while performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations, and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations, and policies in this contract.\ The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, the confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COTR. Contractor personnel s tool bags are subject to inspection. Installation/Implementation. Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system. Installation shall be completed within the period of performance. Contractor shall submit all removable media to be used on a VA system to Police service and OI&T for scanning with anti-virus software prior to use. In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment). The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 9. Training. The contractor shall be responsible for providing training to Police service personnel users. Training is to be scheduled on-site with the POC/COR. Education shall be provided prior to and/or at time of installation. Education professionals shall be certified to provide instruction on the designated equipment/system. Education curriculum must include operations and set-up, user maintenance, safety, and user troubleshooting tips. 10. Inspection and Acceptance. The contractor shall conduct a joint inspection with the on-site POC upon completion of installation. In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer All delivered trailers shall be tested and inspected for compliance with specifications. The Government reserves the right to reject any non-compliant units. 11. Deliverables. The Contractor shall provide the below documentation for the proposed equipment to DCVMCA within 10 business days of work completion: (2) Security Monitoring Trailers meeting the technical specifications Warranty information. The contractor shall deliver and install the mobile surveillance system at designated locations as specified by the client. The contractor shall provide necessary accessories, such as mounting poles, trailers, or portable stands. The system must integrate with existing security infrastructure, including video management software (VMS). Secure cloud or local storage options must be available for video footage. The system must support remote access via a secure web-based platform or mobile application. The Contractor shall provide a warranty period of 1 year and technical support. Video quality shall meet or exceed specified resolution requirements. Alerts and notifications must function correctly with minimal false positives. Response time for technical support shall not exceed 24 hours. Hours of Operation. DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any other national holiday as declared by the President of the United States Period of Performance. Delivery within 90 days from contract award. Pont of Contact. For all contract-related inquiries, the designated Government point of contact is: Invoicing. Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/US/en/veterans-affairs/. More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address. FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice Email: vafsccshd@va.gov Contract Type. Firm-Fixed Priced Contract Evaluation Factors. Required Features Price Authorization Letter to Distribute Delivery Lead Times
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e6f566f3fbd4b30b88df42916f54ef6/view)
 
Place of Performance
Address: Washington DC VA Medical Center (688) 50 Irving Street NW, Washington, DC 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN07705202-F 20260206/260204230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.