7A20--New Action: WALSH SOFTWARE LICENSE (VA-26-00047463)

SOL #: 36C10B26Q0349Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
EATONTOWN, NJ, 07724, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Application Development Software Delivered By Perpetual License, Consisting Of Analysis, Design, Development, Code, Test And Release Packages Associated With Application Development Projects. (7A20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 15, 2026
2
Response Deadline
Apr 22, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is conducting a Request for Information (RFI) to identify qualified vendors for Walsh QA Inspection Platform annual software licenses and services. This Total Small Business Set-Aside opportunity supports the Environmental Management Service (EMS) at the Bay Pines VA Healthcare System. Responses are due by April 22, 2026, 10:00 AM EST.

Purpose

This RFI is for information and planning purposes only, aiming to identify qualified vendors capable of meeting the VA's requirements for the brand name Walsh QA Inspection Platform. This platform is critical for ensuring uninterrupted quality assurance and environmental inspection functions for the EMS at the Bay Pines VA Healthcare System, which currently operates the system across its Bay Pines and Cape Coral facilities.

Scope of Work

The requirement is for continued annual software licensing and reporting services for the Walsh QA Inspection Platform. Key components include:

  • Software & Licenses: The platform supports four critical EMS programs with customizable checklists, account management, web portal follow-ups, dashboards, and reporting tools. It requires 48 inspector licenses and 110 operator user licenses.
  • Integrations & Ecosystem: Compatibility with UltraSnap ATP swabs and handheld analyzers for data transmission is essential. Ecosystem extensions cover Pest Control, Linen Management, Housekeeping, Fleet Management, and Mattress & Stretcher Accountability.
  • Support & Training: Annual on-site training (9 days total) for new and existing EMS personnel, full technical support, and a Walsh Quality Success Manager (10 hours/month) are required.
  • Consumables: Provision of 240 boxes of UltraSnap ATP swabs.
  • Period of Performance: An anticipated one-year base period (July 1, 2026 - June 30, 2027) and one 12-month option period (July 1, 2027 - June 30, 2028).

Response Requirements

Interested vendors must submit a capability package (maximum 6 pages) including:

  • Company Information: Name, CAGE/DUNS, address, point of contact, phone, and email.
  • Technical Approach: A brief summary describing your company's technical approach.
  • Past Performance: List previous VA contracts for similar work and recommend existing contract vehicles.
  • Product Description Feedback: Comments, recommendations, or questions on the sufficiency of the draft Product Description.
  • Small Business Specifics: For small businesses, indicate intent and ability to meet set-aside requirements, proposed team members, and subcontracting percentages. SDVOSB/VOSB firms must confirm 50% cost expenditure for prime/eligible firms.

Contract & Timeline

  • Opportunity Type: Request for Information (RFI) / Sources Sought
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: April 22, 2026, 10:00 AM EST
  • Published: April 15, 2026
  • Submission: Email responses directly to Ana Subashi at ana.subashi@va.gov.

Additional Notes

This RFI does not constitute a solicitation, and responses are not offers. The government will not reimburse costs incurred for responding. Not responding does not preclude participation in any future Request for Proposal. Proprietary information should be clearly marked. The draft Product Description notes that the contractor is identified as the only source capable of providing the necessary brand-specific licensing and services.

People

Points of Contact

Ana SubashiContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 15, 2026