R499--Software License, PIV Remote Access, & Professional Service Maintenance
ID: 36C26225Q1116Type: Presolicitation
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

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of software licenses, PIV remote access, and professional service maintenance under solicitation number 36C26225Q1116. The primary objective of this procurement is to secure comprehensive IT and project management services, with an estimated total award amount of $34 million, specifically for the VA San Diego Healthcare System. This opportunity is crucial for enhancing the quality of services provided to veterans, ensuring compliance with federal regulations, and promoting participation from qualified small businesses, particularly those owned by veterans. Interested offerors must submit their proposals via email to Contract Specialist Felicia L. Simpson at Felicia.Simpson@va.gov by the extended deadline of August 25, 2025, at 1:00 PM MDT, while adhering to all documentation requirements outlined in the solicitation.

    Point(s) of Contact
    FELICIA SIMPSONCONTRACTING OFFICER
    (480) 466-7919
    FELICIA.SIMPSON@VA.GOV
    Files
    Title
    Posted
    This document is an amendment to a solicitation, identified as Amendment Number 0001 to Solicitation Number 36C26225Q1116, with an effective date of July 28, 2025. The amendment, issued by the Department of Veterans Affairs, NCO 22, changes the solicitation's set-aside status from a Service-Disabled Veteran-Owned Small Business (SDVOSB) to a Veteran-Owned Small Business (VOSB), as the government does not anticipate receiving at least two offers from SDVOSBs. Key deadlines have been updated: all questions are due by August 12, 2025, at 1:00 PM MST, and all offers are due by August 18, 2025, at 1:00 PM MST. Offers must be submitted via email to Felicia Simpson at Felicia.Simpson@va.gov. All offerors must submit all required documentation under Section E and acknowledge all amendments; failure to do so will result in the offer not being accepted or evaluated.
    This amendment modifies solicitation 36C26225Q1116, initially dated July 17, 2025, from the Department of Veterans Affairs, NCO 22, located in Phoenix, AZ. The primary purpose of this amendment (Amendment Two) is to change the solicitation from a Veteran-Owned Small Business (VOSB) set-aside to a full and open competition, as the government does not anticipate receiving two or more offers from VOSBs. All questions regarding the solicitation are due by August 12, 2025, at 1:00 PM MST, and all offers are due by August 18, 2025, at 1:00 PM MST. Offers must be submitted via email to Felicia Simpson, Contract Specialist, at Felicia.Simpson@va.gov. Offerors must submit all required documentation under Section E and acknowledge all amendments; failure to do so will result in the offer not being accepted or evaluated. All other terms and conditions of the original solicitation remain unchanged.
    Amendment Three extends the solicitation closing date for RFP 36C26225Q1116, issued by the Department of Veterans Affairs, NCO 22 – Network Contracting. The new deadline for offer submissions is August 25, 2025, at 1:00 PM MDT. All offers must be emailed to Felicia Simpson, Contract Specialist, at Felicia.Simpson@va.gov. Offerors are required to submit all documentation under Section E and acknowledge all amendments; failure to do so will result in the offer not being accepted or evaluated. This amendment solely focuses on modifying the solicitation's due date.
    This presolicitation notice outlines an upcoming opportunity to provide software licensing, PIV remote access, and professional service maintenance to the Department of Veterans Affairs (VA). The project, referenced by solicitation number 36C26225Q1116, has a response deadline set for July 14, 2025, at 10:00 AM Mountain Time. It is categorized as a service-disabled veteran-owned small business (SDVOSBC) set-aside and falls under product service code R499 and the NAICS code 541519. The scope of work will take place at the Veteran Affairs San Diego Healthcare System located at 3350 La Jolla Village Drive, San Diego, CA. Interested parties are directed to contact the contracting officer, Felicia Simpson, for further information. The presolicitation notice is archived 30 days after the response date. This opportunity reflects the VA's commitment to enhancing its technological and service capabilities to better support veterans.
    The document presents a solicitation from the Department of Veterans Affairs (VA) concerning the procurement of professional services and software licensing. The total award amount is estimated at $34 million, focusing on various IT and project management services, specifically for the VA San Diego Healthcare System. The solicitation includes details for timely submissions of offers and questions, with a deadline for offer submissions by August 18, 2025. The contract includes options for extended performance for up to 5 years and emphasizes compliance with federal regulations including guidelines for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Invoices must be submitted electronically through the Tungsten Network, and the contractor is required to adhere to specific clauses regarding payment, inspection, and acceptance of services. The document outlines the contract structure, with essential details on delivery schedules, pricing, and administrative procedures. Overall, this RFP seeks to ensure that the VA can secure comprehensive technological support and services, while integrating regulatory compliance and promoting participation from qualified small businesses, especially those owned by veterans, thereby enhancing the quality of services provided to veterans.
    The document is a Sources Sought Notice from the Department of Veterans Affairs (VA) seeking input from Service-Disabled Veteran Owned Small Businesses and other small businesses for software licensing and professional services related to PIV remote access. The primary goal is to utilize Ephesoft Transact Software, an advanced solution for automating the processing of incoming faxes, streamlining workflows, and enhancing document management at the San Diego VA Health Care System. The announcement seeks detailed responses from interested vendors to assess capabilities in automating content-based processes, using Optical Character Recognition (OCR), and maintaining operational efficiencies. Interested parties must provide company information, capabilities, and qualifications for potential competition in this acquisition. Importantly, the notice clarifies that it does not obligate the government to award a contract and that costs incurred in response will not be reimbursed. The VA's focus is on attracting qualified small businesses as part of their mandated initiatives under Public Law 109-461, ensuring that responses are submitted by the specified date and through proper channels, including SAM and SBA registrations.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically under the Network Contracting Office 22 in Phoenix, AZ. The amendment modifies the original solicitation by changing the designation from a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside to a Veteran Owned Small Business (VOSB) set-aside, citing the expectation of insufficient bids from SDVOSB firms. Key deadlines are established, including a due date for questions by August 12, 2025, and for offers by August 18, 2025, both due no later than 1:00 PM MST. Offers must be submitted via email to the specified contact. Furthermore, it is emphasized that all required documents and acknowledgment of amendments must be included in the submissions to avoid disqualification. This amendment indicates a significant adjustment in the solicitation's procurement approach, reflecting responsiveness to bidding conditions and aims to better facilitate participation from veteran-owned businesses.
    The provided document outlines the essential
    This document is a vendor information form used by a federal entity, likely related to Requests for Proposals (RFPs) or government contracts. It collects detailed data about potential vendors including requestor information, service type, and vendor identification details such as name, address, tax identification number, and contact information. The form also captures whether the vendor has an existing contract, the nature of their business size, socioeconomic status, and whether they accept purchase cards. Additionally, it ensures compliance with necessary registrations, such as the Central Contractor Registration (CCR) and DUNS number requirements, indicating a systematic approach to vendor management within federal contracts. Mandatory checks are specified for government eligibility, emphasizing the importance of meeting federal standards. Overall, this form is crucial for establishing vendor credentials and ensuring adherence to federal contracting regulations, reflecting overarching goals of transparency, accountability, and equitable consideration in government procurement processes.
    The VA-FSC Vendor File Request Form is designed for vendors seeking to either register or update their information in the VA's financial management system. The form captures essential details, including the vendor's type, unique entity identifier, bank details for electronic funds transfer, and contact information for authorized representatives. Vendors are instructed to complete specific sections based on their classification and prior registration status while ensuring compliance with the Federal Acquisition Regulation (FAR) and other legal requirements. To complete the form, vendors must provide both current and previous addresses, indicate if they are a small business, and provide necessary documentation if applicable. The form should be submitted via secure fax to the designated processing center, with a normal processing time of 3 to 5 business days. Furthermore, adherence to the Privacy Act of 1974 is emphasized, highlighting that the information will be used for payment processing purposes. This form streamlines the vendor registration process within the VA system, facilitating accurate payment transactions and compliance with regulatory standards.
    Form W-9,
    Form W-9 (Rev. October 2007) is a crucial tax document utilized by individuals and entities in the U.S. to provide their Taxpayer Identification Number (TIN) to requesting parties, usually in the context of business transactions, federal grants, and local RFPs. The form serves multiple purposes: certifying the correctness of the TIN, affirming that the individual is not subject to backup withholding, and claiming any applicable exemptions. Its proper completion is essential to avoid backup withholding, which requires withholding 28% of certain payments. Specific guidelines outline who qualifies as a U.S. person, the penalties for incorrect information provision, the process to obtain a TIN, and the differentiation of requirements for various entities such as corporations, partnerships, or sole proprietorships. The form includes sections for certification and provides information on the consequences of failing to furnish a correct TIN, misuse of TINs, and procedures for related entities. Given its role within the framework of federal and state funding mechanisms, accurate completion of W-9 ensures compliance with tax laws and facilitates proper tax reporting by payers, thus underscoring its significance in both public and private sector financial transactions.
    Similar Opportunities
    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.
    7A21--Y90 Simplicity Software License
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking qualified sources to provide Simplicity Y-90 Personalized Dosimetry Software under a Sources Sought Notice (36C25726Q0143). This procurement aims to identify potential vendors capable of fulfilling the requirements for a service contract that includes a base year and four option years, with performance taking place at the South Texas Veterans Health Care System in San Antonio, TX. The software is critical for personalized dosimetry in medical applications, emphasizing the importance of accurate and effective treatment planning for patients. Interested businesses must submit their responses, including company details and socio-economic status, by December 10, 2025, at 10:00 am CST via email to Gillian M. Hooge at gillian.hooge@va.gov.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    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.
    SPS Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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.
    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.
    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.
    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.
    DA10--Department of Veterans Affairs- Data Call Centers - RFI
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking industry input through a Request for Information (RFI) regarding the consolidation of its decentralized contact centers into a more efficient system. The objective of this initiative is to streamline operations, enhance customer experience, and reduce costs while managing over 60 million calls annually. Interested vendors are invited to provide detailed responses addressing their technical capabilities, corporate experience, and compliance with set-aside requirements, with submissions due by December 16, 2025, at 1:00 PM EST. Responses should be sent via email to Contract Specialist Joshua Fitzmaurice and Contracting Officer Mina Awad, with a maximum file size of 5 MB and a page limit of 15 pages.