DA10--VA-26-00001185 Broadcom ELA 2025
ID: 36C10B25Q0333Type: 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 SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking information from qualified vendors regarding the Broadcom Enterprise License Agreement (ELA) 2025, aimed at enhancing its technology infrastructure through various software and support services. The procurement includes a range of Clinical Line Items (CLINs) related to VMware Cloud Foundations, Electronic Health Record Service Virtualization, and Identity & Access Management Solutions, with a focus on transitioning to a hybrid consumption model to optimize costs and improve service delivery for veterans' healthcare. Interested parties are encouraged to submit capability statements and pricing strategies by June 24, 2025, to Contract Specialist Luis Lozada-Santiago at luis.lozada-santiago@va.gov, with the understanding that this RFI is a preliminary step in the contracting process and does not constitute a solicitation for proposals.

    Point(s) of Contact
    Luis Lozada-SantiagoContract Specialist
    (848) 377-5245
    luis.lozada-santiago@va.gov
    Files
    Title
    Posted
    The document outlines a modification to a previous notice related to the Broadcom ELA 2025 project, managed by the Department of Veterans Affairs (VA), specifically through the Technology Acquisition Center. The key solicitation number is 36C10B25Q0333, with responses due by 9:00 AM Eastern Time on May 28, 2025. The notice does not indicate the use of Recovery Act funds and is classified under the Product Service Code DA10 and the NAICS Code 541519. The contract specialist for this project is Luis Lozada-Santiago, available via email and phone for inquiries. The only significant information provided is the reference to Attachment A, which contains details regarding the Broadcom ELA 2025 project, without any further changes or additions outlined in this modification. The document serves as a formal communication to solicit proposals or responses aligned with the specifications detailed in the attachment, emphasizing the ongoing commitment of the VA to upgrade its technology infrastructure.
    The Sources Sought Notice VA-26-00001185 pertains to a potential procurement for Broadcom ELA services, issued by the Department of Veterans Affairs' Technology Acquisition Center. The notice includes essential details such as a response deadline of May 28, 2025, at 9:00 AM Eastern Time, and stipulates that it is not funded by Recovery Act resources. The primary aim is to gather information from interested vendors regarding their capabilities to fulfill the requirements specified in a draft Performance Work Statement (PWS) and Request for Information (RFI) included in the attachments. The notice reflects the federal government's method of seeking capable contractors for specific services and encourages responses to better understand the market and available solutions. Interested parties can contact Contract Specialist Luis Lozada-Santiago for further inquiries. This document is a preliminary step in the contracting process, designed to inform potential vendors about upcoming opportunities and gather relevant data for refining the procurement strategy.
    The document pertains to a modification of a request for information (RFI) related to the Broadcom ELA 2025 project, issued by the Department of Veterans Affairs (VA). The key details include the solicitation number 36C10B25Q0333, with responses due by June 24, 2025, at 1:00 PM Eastern Time. The contracting office is located at 23 Christopher Way, Eatontown, NJ 07724. The point of contact is Contract Specialist Luis Lozada-Santiago, whose email and phone number are provided for inquiries. The modification includes amended documents titled "Amended RFI Cover Page - Broadcom ELA 2025" and "Attachment A - Broadcom ELA 2025 - Product Table," which are crucial for potential vendors to understand the updated requirements and scope of the solicitation. The notice specifies that the project does not involve Recovery Act funds and outlines the relevant product service and NAICS codes. This document is part of the standard federal contracting process to solicit proposals and ensure transparency and competition among vendors.
    The Department of Veterans Affairs (VA) has issued a Request for Information (RFI) for its Broadcom Enterprise License Agreement (ELA) in 2025, focused on gathering market research ahead of potential contract development. This RFI does not solicit proposals or quotes, and the VA emphasizes that responses are voluntary and will inform their acquisition strategy. The VA intends to consolidate existing software contracts related to VMware, Electronic Health Record Modernization, mainframe software, and Identity and Access Management to achieve cost savings and reduce administrative burden. Key points include a commitment to compliance with cybersecurity requirements and the necessity for vendors to provide self-attestation of secure software practices. Respondents are asked to submit capability statements with insights on cost-saving strategies and other relevant information by June 24, 2025. The VA seeks estimates for the specified software maintenance and support services and may hold follow-up discussions with select respondents to clarify their submissions. The document highlights the VA's objective to gather comprehensive data about Broadcom’s products, which are integral to their infrastructure, to make informed procurement decisions while adhering to new federal spending initiatives for efficiency and accountability.
    The Broadcom Enterprise License Agreement outlines terms for software and services involving various Products and Support associated with the Information Operations (IO) sector. This RFP includes Clinical Line Items (CLINs) divided across six option periods, spanning from October 2025 to September 2031, with specific performance periods detailed for each year. The CLINs cover various components, including VMware Cloud Foundations, Electronic Health Record Service Virtualization, Infrastructure Operations Mainframe, and Identity & Access Management Solutions. Each CLIN tab must be completed by offerors with input required only in designated yellow-highlighted areas. Quantities for optional CLINs are provided for evaluation purposes only and will help determine pricing and procurement for services, which are critical for modernizing technology infrastructure. The document emphasizes the importance of thorough completion of pricing details and instructions for each service subscription and support item to sustain operational efficiency in government services. This agreement not only captures essential technological upgrades required by the government but also emphasizes compliance with federal procurement standards within the public sector’s operational framework.
    The document is a Broadcom Enterprise License Agreement, outlining the structure and requirements for pricing related to software and support subscriptions over a defined contract period. It includes various elements such as a Base Period, multiple Option Periods (1-6), and distinct Contract Line Item Numbers (CLINs) for both committed and optional quantities of products and support services. The pricing sections are largely left blank for offerors to fill in, emphasizing the need for accurate input in specified yellow-highlighted areas to compute totals automatically. The Government retains the flexibility to modify order quantities based on the specified terms. This agreement is part of federal procurement processes, reinforcing budgetary oversight and detailing deliverables required from contractors in alignment with FAR guidelines. Overall, the document serves as a framework for evaluating bids from potential offerors while ensuring compliance with federal contracting regulations.
    The document outlines the Performance Work Statement (PWS) for the Department of Veterans Affairs (VA) Office of Information & Technology regarding the Broadcom Enterprise Licensing Agreement (ELA). It explains the VA's objective to provide efficient IT services for veterans' healthcare, focusing on the transition from a traditional licensing model to a hybrid consumption model using Broadcom products, including VMware and cloud services. This shift aims to enhance agility, optimize costs, and support evolving IT needs, addressing inefficiencies in the previous licensing agreements. The PWS specifies product requirements, including existing VMware licenses and the commitment to procure Broadcom VMware Cloud Foundation licenses. It details the scope of work, encompassing professional services, technical support, software updates, and performance metrics to ensure quality delivery. The document emphasizes compliance with federal regulations and security standards, including Section 508 accessibility laws. Additionally, it establishes expectations for project management, including communication protocols and reporting requirements, while outlining contractor personnel security measures. Ultimately, the PWS aims to ensure that the VA effectively utilizes Broadcom technologies to enhance service provision while adhering to stringent standards and regulations.
    The Department of Veterans Affairs (VA) has issued a Request for Information (RFI) regarding the Broadcom Enterprise License Agreement (ELA) 2025, aimed at gathering market research for future acquisitions. This RFI does not constitute a solicitation or commitment to award a contract. The VA is seeking insights to optimize their acquisition strategy and explore potential cost-saving measures in alignment with Executive Orders focused on government efficiency and cybersecurity compliance. Participants are invited to submit capability statements detailing their ability to meet the technical requirements outlined in the draft Performance Work Statement (PWS), along with answers to a series of specific questions about contract performance, pricing strategies, and the feasibility of the draft specifications. A Rough Order of Magnitude (ROM) for proposed products and solutions is also requested, highlighting any tariffs that could affect pricing. The RFI allows for voluntary responses and emphasizes that any submitted information will become government property. Post-RFI, selected respondents may be invited for further discussions to clarify their submissions. This initiative reflects the VA's commitment to informed decision-making in managing its software licensing agreements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    DA10--26-SW0032 NewEra (SW5027, SW5028)-Recompete (Renewal) (VA-26-00000289)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole-source, firm-fixed-price contract for the renewal of NewEra software licenses and maintenance support, specifically for the NewEra Stand Alone Environment (SAE) and Image Focus Core (IFO) Subsystem software. This procurement is critical for maintaining the VA's IBM z/OS and IBM z16 mainframe environment, which supports essential applications such as the Financial Management System and Benefits Delivery Network. The contract, valued at $45,330.39, includes a 12-month base period and four 12-month option periods, with a requirement for 24/7 technical support and compliance with Section 508 accessibility standards. Interested parties can contact Contract Specialist Edward Olivo-Cruz at Edward.Olivo-Cruz@va.gov or by phone at 848-377-5099, with responses due by December 29, 2025, at 12:00 PM Eastern Time.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    7A21--Audit and Change Monitoring Solution
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide an enterprise-level Audit and Change Monitoring Solution as part of a Sources Sought Notice. The objective is to identify capable partners who can deploy, operate, and manage a robust system for monitoring and auditing changes across various IT environments, ensuring compliance with regulations such as FISMA, HIPAA, and NIST. This solution is critical for enhancing security and visibility within the VA's IT infrastructure, with requirements including real-time detection, centralized audit logging, and full lifecycle support. Responses to this Request for Information (RFI) are due by 4:00 PM EST on December 19, 2025, and should be submitted to Elena Juliano at Elena.Juliano@va.gov and Ioannis Vardouniotis at ioannis.vardouniotis@va.gov, with “Audit and Change Monitoring Solution” in the subject line.
    RFI for Blood Bank Validation Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide Blood Bank Validation Services as part of its Electronic Health Record Modernization Integration Office (EHRM-IO) initiative. The primary objective is to validate the Oracle Health Millennium EHR system for 129 blood bank sites across 170 Medical Centers, ensuring compliance with regulatory and accreditation requirements from organizations such as the FDA and AABB. These validation services are critical for ensuring patient and blood product safety, with project management and execution expected to begin by August 1, 2026, and to be completed one month prior to each of the 28 scheduled go-live events between January 2027 and November 2031. Interested parties should submit their capability statements and any questions regarding the Draft Performance Work Statement (PWS) to Steven Baum at steven.baum@va.gov and Wendella Baptiste at wendella.baptiste@va.gov by 5 PM ET on December 18, 2025.
    DA10--Learning Management System Cloud Subscription and Support Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a Learning Management System (LMS) cloud subscription and support services for the VA Southern Nevada Healthcare System, under Solicitation 36C26126Q0210. The procurement aims to provide a comprehensive LMS that supports healthcare education professionals by ensuring staff training, compliance with VA standards, and professional development, with a requirement for SCORM capability and FedRAMP authorization. This LMS will facilitate various training modalities, including instructor-led and e-learning, and must be operational by January 1, 2026, with an anticipated user base of approximately 180 annual users and 5 administrators. Interested vendors must submit their proposals by December 16, 2025, and direct any inquiries to Contract Specialist Brandy P. Gastinell at Brandy.Gastinell@va.gov.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    DA10--MedBridge Rehabilitation Resource VISN1 Library FY26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Medbridge Inc. for a one-year subscription to the Medbridge Rehabilitation Resource Platform, specifically for its VISN 1 network. This procurement aims to provide essential tools for physical, occupational, and speech-language therapists, including continuing education resources, patient engagement content, and customized exercise videos accessible via mobile devices. The Medbridge platform is deemed critical as it uniquely meets the VA's requirements for content, presentation, certification preparation, and patient engagement features, with the contract period set from December 11, 2025, to December 10, 2026. Interested parties capable of providing the required subscription are encouraged to express their interest by December 22, 2025, and can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or by phone at 802-295-9363 for further information.
    7A21--RFI Industry Loopback for New: Health Information Coding, Billing and Auditing (HICBA) Encoder Software Solution and Support (VA-26-00001127)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to procure a Health Information Coding, Billing, and Auditing (HICBA) Encoder Software Solution and Support through a sole source procurement process. This initiative aims to enhance the accuracy and efficiency of medical coding and billing across VA facilities, integrating with existing electronic health records (EHRs) and ensuring compliance with various medical coding standards. The contract will include a 12-month base period with four optional 12-month extensions, and interested vendors are encouraged to respond to the Request for Information (RFI) by July 30, 2025, to Contract Specialist Samantha McIntyre at Samantha.McIntyre2@va.gov, with further inquiries directed to Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov. The NAICS code for this opportunity is 541512, with a small business size standard of $34 million.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    DA01--FMBT System Integrator (New Action-Recompete, VA-26-00002411)
    Veterans Affairs, Department Of
    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.