7H20--Activation Tracking and Implementation System
ID: 36C26226Q0142Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Activation Tracking and Implementation System, a commercial database management system designed to support the initial outfitting and transitioning of activation projects at the VA Long Beach Healthcare System. This cloud-based system will facilitate comprehensive project management, including tracking furniture, fixtures, equipment, and supplies, while integrating advanced functionalities such as 3D design, clash detection, and automated documentation processes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 541519, with a one-year base period and four optional years, and proposals must be submitted electronically by December 5, 2025, to Contract Specialist Samuel Han at Samuel.Han@va.gov.

    Point(s) of Contact
    Samuel HanContract Specialist
    (562) 766-2314
    Samuel.Han@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing an RFQ (36C26226Q0142) for a commercial database management system. This system will support the initial outfitting, transitioning, planning, tracking, and management of an activation project at the VA Long Beach Healthcare System. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 541519, with the nonmanufacturer rule applying. The contract will be a single Firm-Fixed Price (FFP) award, with a one-year base period and four optional years. Offers must be submitted electronically by December 4, 2025, 1:00 PM Pacific Time, to Samuel.Han@va.gov. Offers will be evaluated based on the lowest price that meets all Minimum System Requirements/Capabilities in Attachment B. Key requirements include completing Attachment A (Pricing Schedule), submitting a Certificate of Compliance for Supplies and Products, and providing a SAM Unique Entity ID. No used, refurbished, or gray market items are permitted; only new Original Equipment Manufacturer (OEM) items from authorized dealers will be accepted. Various FAR and VAAR clauses apply, including those related to ethical conduct, small business utilization, and anti-trafficking.
    This document is an amendment to solicitation number 36C26226Q0142, issued by the Department of Veterans Affairs, Network Contracting Office 22. The amendment, designated as 0001, extends the deadline for offers to December 5, 2025, at 1 PM PST. Additionally, it includes responses to vendor questions, an updated version of the solicitation titled "36C26226Q0142 - Activation Tracking and Implementation System 0001," an updated "Attachment A - Pricing Schedule 0001," and an updated "Attachment B - SOW - Activation Tracking and Implementation System 0001." All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to a previous combined solicitation, 36C26226Q0142, for an "Activation Tracking and Implementation System." The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under Product Service Code 7H20 and NAICS Code 541519. The contracting office is the Department of Veterans Affairs, Network Contracting Office 22, located in Long Beach, CA. The point of contact is Contract Specialist Samuel Han (Samuel.Han@va.gov). The place of performance is the VA Long Beach Healthcare System at 5901 East 7th Street, Long Beach, CA 90822, USA. The response date for the solicitation is December 5, 2025, at 1 PM Pacific Time, Los Angeles, USA. The amendment includes attached documents such as an RFQ Amendment, Vendor Questions, the main solicitation document, a Pricing Schedule, and a Statement of Work.
    The Department of Veterans Affairs (VA) is issuing a Request for Quotation (RFQ) for an Activation Tracking and Implementation System, solicitation number 36C26226Q0142. This is a combined synopsis/solicitation for commercial database management systems to support the initial outfitting and transitioning of an activation project at the VA Long Beach Healthcare System. The contract will be a single Firm-Fixed Price (FFP) award, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The period of performance is a one-year base with four optional years. Offers must be submitted electronically via email to Samuel.Han@va.gov by December 4, 2025, 1:00 PM Pacific Time. Questions are due by November 28, 2025, 1:00 PM Pacific Time. Awards will be based on the lowest-priced quotation meeting all minimum system requirements outlined in Attachment B. Offerors must complete and submit Attachment A (Pricing Schedule), a Certificate of Compliance for Supplies and Products, and include their SAM Unique Entity ID number (UEI). The solicitation emphasizes that only new, Original Equipment Manufacturer (OEM) items are acceptable, prohibiting used, refurbished, or gray market items.
    The provided document, "ATTACHMENT A - SCHEDULE," is a standardized pricing schedule likely used in government RFPs or grants. It outlines two primary line items: "License and Support for Activation Tracking and Implementation System" (CLIN 1) and "Onsite Training" (CLIN 2). CLIN 1 is priced on a yearly basis, while CLIN 2 is based on hourly rates, with an estimated quantity of 24 hours. The schedule also includes blank fields for manufacturer details, part numbers, unit prices, and extended prices, indicating it's a template for vendors to complete. Additionally, there is a section for annual prices across a base year and four option years, suggesting a multi-year contract possibility. The document repeatedly presents the same structure, emphasizing its template nature for detailing system licenses, support, and associated training costs.
    The provided document, "ATTACHMENT A - SCHEDULE," outlines the cost structure for licensing and support of an "Activation Tracking and Implementation System." This schedule details a single Contract Line Item Number (CLIN) for this system, with the Unit of Measure (UoM) specified as one year. The document includes placeholders for estimated quantity, unit price, and extended price, indicating that these values are to be determined. Additionally, it specifies annual pricing for a base year and four optional years, with all price fields currently blank. The reference to "Attachment B, Section C" suggests that detailed minimum system requirements and capabilities are provided in a separate document. This attachment serves as a pricing framework within a larger government procurement process, likely for an RFP or grant, focusing on the financial aspects of acquiring and maintaining the specified system.
    The Department of Veteran’s Affairs Long Beach Healthcare System (VALBHS) requires a commercial database management system, referred to as the “Activation Tracking and Implementation System,” to manage the initial outfitting and transitioning of activation projects. This cloud-based system will plan, execute, and track all activation furniture, fixtures, equipment (FF&E), floor plans (Revit capable), and supplies. Key requirements include comprehensive project management functionalities, space inventory and performance tracking, capital project management, 3D FF&E design and modeling, active clash detection, and an automated change order and documentation process. The contractor must provide all labor, facilities, transportation, travel, and management, along with licenses for VALBHS staff, onsite training, and continuous database support. Personnel must have experience in healthcare facility activation, project management, and relevant software, with a strong emphasis on technical expertise and communication skills.
    The Department of Veteran’s Affairs Long Beach Healthcare System (VALBHS) requires an Activation Tracking and Implementation System. This commercial database management system will facilitate planning, tracking, and managing activation projects, including initial outfitting and transitioning. Key requirements include cloud-based functionality for at least 10 concurrent users, robust project management tools for all project data (schedules, acquisitions, drawings), and advanced cost analysis. The system must also offer space inventory and performance tracking, integrating Revit models for FF&E planning and management, and supporting capital project management with budget development and reporting. Essential features include real-time 3D FF&E design, active clash detection, and an automated change order and documentation process with audit trails. The contractor must provide licenses, on-site training, ongoing support, and experienced personnel with expertise in healthcare facility activation and project management.
    The document is a Request for Quotation (RFQ) for an Activation Tracking and Implementation System, specifically RFQ # 36C26226Q0142, focusing on vendor questions and government answers. The VA is seeking a single, integrated software solution for FF&E planning, JSN management, 3D Revit-based design, automated workflow synchronization, space management, and project documentation control. Key requirements include support for Revit 2021 models with utilities, LOD 300 detail for FF&E, and the ability to integrate existing project GUIDs. The system needs to accommodate project-specific JSNs with custom additions and must be a cloud-based system whitelisted by the Office of Information and Technology. Pricing should be an all-inclusive annual cost, with travel for onsite training handled as a separate firm-fixed hourly CLIN. The government expects offerors to demonstrate system capabilities with flowcharts, narratives, and screenshots. While a single commercial product performing all functions natively is preferred, the government asserts that such solutions exist in the market, rejecting proposals for integrated solutions comprising multiple commercial tools.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DA01--FMBT System Integrator (New Action-Recompete, VA-26-00002411)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the FMBT System Integrator acquisition, identified under solicitation number 36C10B25Q0354, which will be issued through the General Services Administration (GSA) Multiple Award Schedule (MAS) Financial Management (FM) Marketplace. This procurement aims to promote broad competition among various business sizes, including small, disadvantaged, veteran-owned, woman-owned, and HUBZone small businesses, as well as large businesses, ensuring compliance with Executive Order 14249. The solicitation is anticipated to be posted within one week of this notice, with the primary contact for this opportunity being Contract Specialist Angel Santos, who can be reached at Angel.Santos2@va.gov or by phone at 848-377-5096. Interested parties should prepare for the upcoming solicitation and note that the response date for the special notice is August 28, 2025, at 5 PM Eastern Time.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    DA10--Learning Management System Cloud Subscription and Support Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide a Learning Management System (LMS) cloud subscription and support services for the Southern Nevada Healthcare System. The contract encompasses a base period of one year, with four additional one-year option periods, aimed at enhancing healthcare education and compliance for staff training and professional development, ensuring 24/7 cloud access. This LMS is critical for maintaining adherence to VA standards and facilitating ongoing education for healthcare professionals. Interested offerors must submit questions by December 8, 2025, and all quotes by December 16, 2025, by 10 AM PT, with the procurement falling under NAICS code 541519 and a size standard of $34 million. For further inquiries, contact Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    DA10--NEUROQUANT SOFTWARE ANNUAL SUBSCRIPTION B+4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual subscription to NeuroQuant Software, or an equivalent product, specifically for the VA Long Beach Healthcare System. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide an FDA-cleared imaging solution for automated brain structure analysis from MRI images, which includes quantitative measurements and technical support. The contract will cover a base year from February 12, 2026, to February 11, 2027, with four additional option years, and requires delivery within 90 days after receipt of order. Interested vendors must submit their written offers and specification sheets via email to Israel Garcia at israel.garcia2@va.gov by December 5, 2025, at 12:00 PM PST, adhering to all VA compliance requirements.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.
    DA10--RFI - Modernization of Veterans Canteen Service IT Systems (VA-26-00004970)
    Buyer not available
    The Department of Veterans Affairs is seeking input for the modernization of its Veterans Canteen Service IT Systems through a Request for Information (RFI) identified as VA-26-00004970. The primary objectives of this procurement include enhancing performance, streamlining processes, improving customer service, and integrating new functionalities while ensuring robust security measures and compliance with industry standards. This modernization effort is crucial for the efficient operation of approximately 220 retail and food service locations nationwide, which currently rely on outdated technologies. Interested vendors should direct their inquiries to Contract Specialist Justin Daniel at justin.daniel@va.gov, and responses to the RFI are due by August 1, 2025, with a focus on providing detailed proposals that meet the outlined requirements.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    R408--Acquisition Support Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    36C26125Q0822_Amendment_0002_ Pure Processing Work Station Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the procurement of PureSteel™ Ergonomic WorkStations and related accessories, specifically under solicitation 36C26125Q0822, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must submit new quotes that include a letter confirming their status as an authorized distributor and a completed VAAR Clause 852.219-76 certificate of compliance, ensuring adherence to subcontracting limitations and the Buy American Act. This procurement is crucial for enhancing the operational efficiency and ergonomics of work environments within the VA, with delivery expected to be completed within 12 weeks to Martinez, California. Interested vendors must submit their updated quotes electronically by 8:00 AM PST on December 5, 2025, to the designated contacts, Alison Weinstein and Jose A. Hernandez, via their provided email addresses.