DA01--FSC O&M Support (VA-26-00028951)
ID: 36C10B26Q0099Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFTECHNOLOGY ACQUISITION CENTER NJ (36C10B)EATONTOWN, NJ, 07724, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide operations and maintenance (O&M) support for its Integrated Financial and Acquisition Management System (iFAMS) under the contract titled "DA01--FSC O&M Support (VA-26-00028951)." The procurement aims to identify capable sources for comprehensive support, including defect resolution, software upgrades, technical assistance, and training, to ensure the effective functioning of iFAMS, which is critical for managing financial and acquisition transactions across various VA offices. Interested vendors must submit their responses, including company information and technical approaches, by January 7, 2026, at 12 PM Eastern Time, to the designated contacts, Angel Santos and Kendra Casebolt, with a maximum submission length of 15 pages.

    Point(s) of Contact
    Angel SantosContract Specialist
    (848) 377-5096
    Angel.Santos2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Financial Service Center (FSC) has issued a Sources Sought Notice and Request for Information (RFI) for Operations and Maintenance (O&M) support for its Integrated Financial and Acquisition Management System (iFAMS). This RFI, designated as 36C10B26Q0099, aims to identify qualified vendors capable of providing O&M support for iFAMS, including enhancements and upgrades. The VA is seeking market information on capable sources, industry best practices, and input on the provided information. Responses are for planning purposes only and do not constitute a solicitation or binding contract. Interested vendors must submit company information, including CAGE/Unique Entity ID, business size, and Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) verification if applicable. They must also provide a technical approach to meeting the requirements, detailing their experience as a prime contractor for O&M support at a Federal Cabinet Level Agency, staffing plans, and access to Momentum Technical Subject Matter Experts. Responses, limited to 15 pages, are due by January 7, 2026, 12 PM Eastern Time, and should be emailed to Angel Santos and Kendra Casebolt.
    The Department of Veterans Affairs (VA) Financial Services Center (FSC) requires operations and maintenance (O&M) support for its Enterprise Resource Planning (ERP) system, Integrated Financial and Acquisition Management System (iFAMS). This Performance Work Statement outlines the need for comprehensive support, including defect resolution, technical assistance, software patching, upgrades, testing, training, and organizational change management. The contractor will manage project activities, ensure compliance, report on performance, and provide product support, including service desk functions, enhancement implementation, and technical operations. Key personnel, quality assurance, privacy training, activity-based costing, and adherence to Scaled Agile Framework principles are emphasized. The goal is to maintain and enhance iFAMS, which handles accounting, financial, acquisition, and reporting transactions for various VA offices, with plans for further migration. The performance period is 12 months with two 12-month option periods, with work performed at both government and contractor facilities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FY23 Virtualization Hyperconverge Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    Operations and Maintenance (O&M) Support for SafeNet Two Factor Authentication System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to extend the Operations and Maintenance (O&M) Support for the SafeNet Two Factor Authentication System for an additional three months. This procurement aims to ensure the continued functionality and security of the authentication system, which is critical for safeguarding sensitive information within the department. The extension is part of an ongoing effort to maintain compliance with IT and telecom security standards. Interested parties can reach out to Dan Schlisserman at daniel.schlisserman@va.gov or Jake Perrotta at jake.perrotta@va.gov for further details regarding this opportunity.
    Acquisition Lifecycle Framework
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking program management support for the development and implementation of standards related to the Acquisition Lifecycle Framework (ALF). The primary objective is to enhance governance and structure within the VA, ensuring efficient and cost-effective use of taxpayer dollars while improving the experiences and engagement of veterans. This initiative is crucial for strengthening acquisition management practices and improving overall program performance. Interested parties can reach out to Michael Collins at michael.collins7@va.gov for further details regarding this opportunity.
    Preventive Maintenance and Inspection of Mobile Assets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for preventive maintenance and inspection services for its Emergency Management Mobile Fleet Assets at the Orlando VA Healthcare System. The primary objective of this procurement is to establish a comprehensive inspection and preventive maintenance schedule to ensure the operational readiness and availability of various mobile assets, including vehicles and equipment such as Dual Use Vehicles, Ford F450 Super Duty, and Mobile Medical Units. This contract, identified as 36C24826Q0171, covers a base period from March 1, 2026, to February 28, 2027, with three optional one-year extensions through February 28, 2030. Interested contractors should note that a site visit is scheduled for January 15, 2026, and must submit proposals electronically via the Tungsten Network. For further inquiries, contact Stephen Mancuso at Stephen.mancuso@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    7A20--Image guided procedure tool - Request For Information
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information regarding the procurement of an Image Guided Procedure Tool through a Request for Information (RFI). This initiative aims to gather insights on available solutions that support image-guided medical procedures, with a focus on hardware compatibility, clinical collaboration features, and live instrument tracking capabilities. The RFI is part of the VA's efforts to enhance healthcare services and is open to vendors who can provide detailed responses, including their corporate experience and technical recommendations related to the draft Performance Work Statement. Interested parties must submit their responses by 1:00 PM EST on January 9, 2026, to Contract Specialist Joshua Fitzmaurice at Joshua.Fitzmaurice@va.gov.
    DH10--IBM Mainframe as a Service - RFI ONLY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors regarding a Mainframe-as-a-Service (MFaaS) solution for its IBM mainframe environment, specifically targeting IBM Z16 mainframes and associated software. The objective of this Request for Information (RFI) is to identify contractors with expertise in managing mainframe systems, ensuring 24/7 availability, efficient storage, and robust security administration, while also handling software procurement and program management. This initiative is crucial for maintaining the operational integrity of the VA's IT infrastructure, which supports various critical services. Interested parties must submit their responses by January 9, 2026, at 12:00 PM ET, and can direct inquiries to Contract Specialist Shannon Hines at Shannon.Hines@va.gov or by phone at 848-377-5243.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to designated Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including estate planning, advanced directives, power of attorney, and financial planning services such as budgeting and debt management. The contract will be awarded as a single firm-fixed price and time and materials hybrid contract, with a base period of 12 months and four optional 12-month periods, emphasizing nationwide service coverage and compliance with HIPAA regulations. Proposals are due by January 8, 2026, at 10:00 AM Eastern Time, and interested parties can contact Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653 for further information.
    DA10--Environmental Monitoring System (EMS) -
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source, firm fixed price contract to Monnit Corp for the iMonnit Cloud environmental monitoring system. This procurement aims to facilitate a CMOP-wide deployment of the iMonnit Premiere Cloud, including the activation of cloud tenancy and the shipment of Monnit cellular gateways that are compatible with existing sensors. The services are critical for maintaining effective environmental monitoring within the VA's Consolidated Mail-Out Pharmacy (CMOP) operations, ensuring compatibility with current equipment while avoiding the high costs associated with replacement. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further information, although this is not a request for quotes and the government intends to negotiate solely with Monnit Corp.
    J059--PREVENTIVE MAINTENANCE JOHNSON METASYS SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source Firm-Fixed-Price purchase order to Johnson Controls, Inc. for preventive maintenance services on the Metasys Building Control System at the Salisbury VA Medical Center. The procurement involves routine checks, energy management consultations, network analysis, seasonal changeovers, and general maintenance tasks such as lubrication and cleaning to ensure optimal performance of the system. This contract action is justified under FAR 13.106-1(b) for soliciting from a single source, with a small business size standard of $47.0 million under NAICS code 561210. Interested parties must submit their capability statements by January 13, 2026, at 3:00 PM EST to Contracting Officer Aleshia Hines-Best via email at Aleshia.Hines-Best@va.gov.