DA01--36C10B26Q0170 | RECOMPETE-eDiscovery: Software as a Service and Maintenance | VA-26-00011700 | AUG
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 market research through this Request for Information (RFI) to identify qualified vendors for a comprehensive, enterprise-scale eDiscovery Software as a Service (SaaS) solution. This includes associated implementation services, training, and ongoing support for the VA's Office of General Counsel (OGC) and Office of Accountability and Whistleblower Protection (OAWP). The goal is to manage large volumes of Electronically Stored Information (ESI) for litigation, investigations, FOIA responses, and Congressional oversight. Responses are due by March 25, 2026, at 5:00 PM Eastern Standard Time.
Scope of Work
The VA requires a FedRAMP Moderate authorized SaaS platform that supports full eDiscovery workflows aligned with the Electronic Discovery Reference Model (EDRM). Key capabilities include large-scale ingestion, indexing, processing, review, analytics (TAR/AI), PII/PHI identification/redaction, case management, and secure production. The solution must handle an initial migration of approximately 300TB from the incumbent system and support about 100 concurrent users (or 1,000 named users) and 450 new cases annually. Security compliance is paramount, requiring role-based access, Entra ID integration, 2-factor authentication, and adherence to VA security, FISMA, FedRAMP, Zero Trust, EO 14028, NIST guidance for Secure Software Development (M-22-18), and Section 508 accessibility standards. The contract is envisioned as a 12-month base period plus four 12-month option periods.
Contract & Timeline
- Type: Request for Information (RFI) for market research purposes only.
- Set-Aside: None specified (market research stage).
- Response Due: March 25, 2026, 5:00 PM EST.
- Published: March 12, 2026.
- Potential PoP: 12-month base + four 12-month option periods (as per draft PWS).
Vendor Input Requested
Interested vendors should submit a capability statement (max 15 pages) addressing:
- Technical capability to meet major requirements.
- Relevant past performance with similar large-scale eDiscovery implementations.
- SaaS licensing model and pricing structure (including storage, user counts, optional services).
- Migration approach, timelines, and tools.
- Security compliance posture (FedRAMP Moderate authorization, ATO history).
- Recommended refinements to VA's requirement documents.
- Suggestions for cost reduction (approx. 20%) and recommended contract vehicles.
- A Rough Order of Magnitude (ROM).
Additional Notes
This RFI is not a solicitation, and the Government will not award a contract based on responses. Responses are voluntary and will assist the VA in refining its acquisition strategy. Select responders may be invited for follow-up briefings. Vendors are responsible for monitoring SAM.gov for future updates.