Description
NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. The Department of Veterans Affairs, Network Contracting Office (NCO) 07, located at 700 19th Street South, Birmingham, Al, 35233, is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Purchase Order under FAR Part 13.5, Simplified Procedures for Certain Commercial Items, Authorized or Required by Statute. This notice satisfies the posting requirements at FAR Part 5.101. The intended Contractor is T-Mobile USA, INC located at 12920 SE 38th Street, Bellevue, WA 98006-1350. Place of Performance is William Jennings Bryan Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC, 29209. The William Jennings Bryan Dorn VA Healthcare System requires the Contractor shall provide a one-time service to relocate T-Mobile equipment services. The Contractor shall furnish all labor, travel, equipment, supplies and materials required to perform the relocation and reconnection of the existing T-Mobile equipment. The William Jenning Bryon Dorn VA is currently performing construction and renovation within the Data Center facility. As part of this effort, the T-Mobile Distributed Antenna System (DAS) must be relocated from its temporary installation site to its permanent location within the newly renovated Data Center space. This relocation is required to support ongoing operations, maintain wireless coverage, and ensure the system is properly integrated into the upgraded facility infrastructure. The VA currently maintains a contractual agreement with T- Mobile governing the management, operation, and use of all T- Mobile associated equipment. Under the terms of this agreement, the VA is not authorized to move, relocate, or otherwise manipulate T- Mobile equipment. Any such action must be performed exclusively by T- Mobiles certified personnel. To ensure compliance with contractual obligations, maintain system integrity, and safeguard uninterrupted communication capabilities throughout the Columbia VAMC, the relocation of all T- Mobile system equipment must be procured as a sole source requirement to T- Mobile. The North American Industry Classification System (NAICS) for this requirement is 517410, Satellite Telecommunications. The Federal Supply Class (FSC) is DE11, IT and Telecom Mobile Device as a Service. The Small Business Administration (SBA) size standard for this sector is 40 million. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Earnest Ellison, Earnest.Ellison@va.gov with the following information referenced in the subject line, 36C24726Q0324, T-Mobile Rack Relocation. All interested parties who are responsible, certified, and capable may identify their interest and may submit capabilities statement no later than 3:00 pm, Eastern Time Zone on May 6, 2026, to Earnest Ellison, Earnest.Ellison@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt.