Contact Center as a Service Products and Services

SOL #: VA-26-00006714Sources Sought

Overview

Buyer

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

Place of Performance

Washington, DC

NAICS

Computing Infrastructure Providers (518210)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Mar 20, 2026
3
Response Deadline
Mar 31, 2026, 7:00 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), Office of Information & Technology (OIT), is conducting a Sources Sought / Request for Information (RFI) for Contact Center as a Service (CCaaS) Products and Services. This RFI aims to gather information for planning purposes to stabilize and improve the technical and service delivery for connecting VA Contact Center Professionals to Veterans, especially those experiencing mental health crises or suicidal thoughts. Responses are due March 31, 2026, by 3:00 PM EST.

Scope of Requirement

The VA requires a cloud-based CCaaS platform delivered as a subscription service, with the vendor hosting and maintaining the infrastructure. This mission-critical project seeks to expand the implementation and deployment of the VA's current Federal Risk and Authorization Management Program (FedRAMP) CCaaS, including new telephony circuits, monitoring, call recording, workforce management tools, and voice analytics. The VA will staff the contact centers.

Key Capabilities & Requirements

The CCaaS solution must provide:

  • Omnichannel Communication: Voice, video, email, chat, SMS/text, social media, and self-service/IVR with seamless interaction continuity.
  • AI & Automation: Chatbots, virtual agents, predictive routing, transcription, and sentiment analysis.
  • Integration: Seamless integration with Customer Relationship Management (CRM) systems (e.g., Salesforce, ServiceNow, Microsoft Dynamics) and Unified Communications (UC) platforms.
  • Management Tools: Workforce management, quality monitoring, "Agent Assistant," and Supervisor Assistant features.
  • Analytics: Real-time and historical analytics.
  • Licenses: Capability to support 11,000 concurrent CCaaS licenses, with an option to expand to 20,000.
  • Availability: 99.999% uptime.
  • Security: FedRAMP authorized (moderate impact level), compliance with Federal laws, VA policies, HIPAA, GDPR, Federal Identity, Credential, and Access Management (FICAM), and VA's Critical Security Controls.
  • Technical: Support for IPv6-Only, Trusted Internet Connection (TIC), and adherence to VA's Technical Reference Model (TRM).

Response Submission

Interested parties should submit a white paper, not exceeding five (5) pages (excluding PWS feedback), via email to tac-aprocurementteame@va.gov by March 31, 2026, 3:00 PM EST. The subject line must be "VA CCAAS- [Your company Name]". The white paper should include:

  • Company information (name, address, POC, SAM UEI, business size, socioeconomic status).
  • Identified Governmentwide Acquisition Contracts (GWACs) and Federal Supply Schedules (FSS).
  • Recommended Contract Line Item Number (CLIN) structure and per-seat/per-user cost estimate.
  • Technical capability and expertise in enterprise-level system engineering, large-scale communication infrastructure, and security compliance (FISMA, IRS standards).
  • Contact center domain knowledge and Original Equipment Manufacturer (OEM) management experience.
  • Validation of NAICS code 518210 ($40.0M size standard) or an alternative with justification.
  • Feedback on the Draft PWS.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Performance Period (Anticipated): 12 months base + four 12-month option periods (up to 60 months) as per draft PWS.
  • Place of Performance: Contractor Site, including telework/remote.
  • Response Due: March 31, 2026, 3:00 PM EST.
  • Published: March 20, 2026.

Additional Notes

This notice is for information and planning purposes only and does not constitute a solicitation or promise to issue one. The VA is not seeking quotes or proposals at this time. A draft Performance Work Statement (PWS) is available for review and feedback.

People

Points of Contact

Shakiya HarrisPRIMARY
Mary AccomandoSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Mar 20, 2026
Version 1
Sources Sought
Posted: Mar 20, 2026
View
Contact Center as a Service Products and Services | GovScope