DA01--ITSM Enterprise License Agreement Market Research (VA-26-00000769)

SOL #: 36C10B26Q0133Sources 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

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Feb 4, 2026
3
Response Deadline
Feb 6, 2026, 9:00 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 market research for an ITSM Enterprise License Agreement, seeking information on cloud-based Enterprise Resource Planning (ERP) solutions. This Request for Information (RFI) aims to identify industry capabilities to enhance IT service delivery and digital transformation. The response deadline has been extended to February 6, 2026.

Purpose

This RFI is for planning purposes only, not a solicitation. The VA Office of Information & Technology (OIT), Infrastructure Operations (IO) - Enterprise Service Management (ESM) seeks to acquire a comprehensive cloud-based ERP solution to improve IT service delivery, strengthen operational efficiency, and advance digital transformation across the enterprise.

Scope of Work

The VA is interested in an enterprise-wide ERP SaaS/PaaS platform with a subscription model, including licensing and support. Key capabilities include:

  • IT Service Management (ITSM)
  • IT Asset Management (ITAM)
  • IT Operations Management (ITOM)
  • IT Business Management (ITBM)
  • Digital Workplaces & Customer Service Management (CSM)
  • Security Operations (SecOps) & Integrated Risk Management (IRM)
  • Integration Center, Reporting and Analytics, Platform Tools
  • Production and Non-Production Instances, Platform Performance Testing Optional tasks may include Enterprise Asset Management, Enterprise HRSD, Artificial Intelligence, Data Lake Solution, Greenfield Solution, Vendor Risk Management, Field Service Management, Professional Services, and Transition Out.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Period of Performance (Anticipated): A six-month base period and four 12-month option periods, for a maximum of 54 months.
  • Set-Aside: None specified for this RFI, but respondents are asked to indicate their intent and ability to meet set-aside requirements for Verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
  • Response Due: February 6, 2026, by 4:00 PM EST.
  • Published Date: January 22, 2026 (Amendment).

Submission Requirements

Responses must include:

  • Company Name, Address, Point of Contact, Phone, Fax, Email
  • Company Business Size and Status (including VOSB/SDVOSB verification)
  • NAICS Code(s) (541519) and Socioeconomic data
  • DUNS Number or Unique Entity ID
  • Existing Contractual Vehicles (GWAC, FSS, MAC)
  • A summary of capabilities, including technical documentation, SaaS agreement terms, FedRAMP High certification status, and available license packages.
  • Intent and ability to meet SDVOSB set-aside requirements. Responses are limited to 12 pages, excluding marketing materials, and should be submitted via email with "ERP" in the subject line. Email file size must not exceed 5 MB.

Key Questions for Vendors

Vendors are specifically asked to address:

  1. Transition detail and timeline from ServiceNow.
  2. Scalability and performance for over 600,000 users.
  3. Integration capabilities with federal systems.
  4. Data migration from ServiceNow.
  5. Compliance and security (FedRAMP High, FISMA, HIPAA, 508).
  6. Training and Organizational Change Management for large user bases.
  7. Reporting and analytics capabilities.
  8. AI capabilities to enhance ERP.
  9. Professional services and customization experience.
  10. Functionality and vendor risk management support.

Contact Information

Submit responses and direct questions to John A Adamitis (Contract Specialist, john.adamitis1@va.gov) and Heather Utt (Contracting Officer, heather.utt@va.gov).

People

Points of Contact

John A AdamitisContract SpecialistPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3
Sources Sought
Posted: Feb 4, 2026
View
Version 2Viewing
Sources Sought
Posted: Jan 22, 2026
Version 1
Sources Sought
Posted: Jan 16, 2026
View