DA01--ITSM Enterprise License Agreement Market Research
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), specifically the Technology Acquisition Center NJ, is conducting market research through a Sources Sought notice for an ITSM Enterprise License Agreement. This initiative aims to identify qualified vendors capable of providing a cloud-based Enterprise Resource Planning (ERP) solution to enhance IT service delivery and digital transformation across the VA. Responses are due by February 6, 2026.
Scope of Work
The VA seeks an enterprise-wide ERP SaaS/PaaS platform with a subscription model, including licensing and support. The solution must encompass a broad range of capabilities, including:
- 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)
- Reporting and Analytics, Platform Tools, and various instances (production, non-production, performance testing). The system will support approximately 600,000-900,000 users, with 23,000 agents and 30-40 administrators per production instance, and requires migration of 7 years of historical IT records (approx. 35TB). Integrations with numerous federal systems and existing VA platforms (e.g., Active Directory, Adobe SaaS, Ansible, Azure, Cerner Remedy) are critical. Non-IT service areas like Human Resources, Clinical IT Operations, Financial Management, and Enterprise Asset Management are also in scope.
Contract & Timeline
- Type: Sources Sought / Market Research (RFI)
- Duration: Anticipated Period of Performance includes a six-month base period and four 12-month option periods, totaling 54 months.
- Set-Aside: None specified for this RFI; however, respondents are asked to indicate their intent and ability to meet Service-Disabled Veteran-Owned Small Business (SDVOSB) requirements.
- Response Due: February 6, 2026, by 4:00 PM Eastern Time.
- Published: April 30, 2026 (Notice Identifier: cdefb6bb405c48869d351f65f5cd5739).
Key Requirements / Questions for Vendors
Respondents must provide company information (size, status, NAICS 541519, DUNS, existing contract vehicles) and a summary of capabilities. Specific questions address:
- Transition strategy from ServiceNow to the proposed solution.
- Scalability and performance for a large user base (600K+).
- Integration capabilities with federal systems and identified gaps.
- Data migration plan, ensuring quality, integrity, and security.
- Compliance with FedRAMP High, FISMA, HIPAA, and Section 508 standards.
- Training and Organizational Change Management for large user bases.
- Reporting, analytics, and AI capabilities.
- Professional services for implementation and customization.
- Functionality alignment with draft PWS requirements and vendor risk management support. Responses are limited to 12 pages and should be marked "Proprietary Information" if applicable.
Additional Notes
This is for planning purposes only and does not constitute a solicitation. The Government is not obligated to acquire any products or services and will not pay for response costs. All work must comply with VA's rules, standards, and guidelines, including cybersecurity, data protection, and privacy. Primary Contact: John A Adamitis, Contract Specialist (john.adamitis1@va.gov, 848-377-5139).