DA01--RFI for CCR&A Vendor Demonstrations (VA-26-00031811)

SOL #: 36C10B26Q0120Pre-Solicitation

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

Computer Systems Design Services (541512)

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 10, 2026
2
Last Updated
Jan 27, 2026

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), Veterans Health Administration (VHA), has issued a Request for Information (RFI) for Community Care Referral, Authorization, Utilization Management, and Care Coordination Systems (CCRA) vendor demonstrations. The VA seeks to gather information on industry capabilities, including AI integration, to inform a future recompete and acquisition strategy for a next-generation system. Responses are due February 2, 2026, at 12:00 PM ET.

Purpose & Scope

This RFI aims to identify innovative solutions that can transform Veteran access to community care by improving referral, authorization, utilization management, and care coordination processes. The VA envisions a system that ensures timely, clinically appropriate, and high-quality care through modern technologies and interoperability. The scope includes managing and tracking referrals and authorizations, supporting prospective and retrospective utilization management, and facilitating care coordination for complex patients.

Key Requirements & Capabilities

Vendors are invited to demonstrate solutions covering a broad range of technical and business capabilities, as detailed in the provided rubric. Key areas include:

  • Technical: Usability, Service-Oriented Architecture (SOA), scalability for nationwide enterprise applications, robust security and compliance (VA ATO, FedRAMP High), interoperability with VA systems (VistA, HL7, FHIR, APIs), EHR integration, modular design, and comprehensive analytics/reporting. Preferred hosting is VA-managed enterprise cloud.
  • Business: Automated referral workflows, decision workflows, communication and collaboration features, patient data management, medical documentation processing (including AI analysis), emergency care, precertification, and utilization management with clinical guidelines (e.g., Milliman Care Guidelines).
  • AI Integration: Proposals are sought for both AI-assisted Ambient Dictation and integration with VA-provided Ambient AI. AI is expected to support analytics, prioritization, workflow optimization, and decision support, with final clinical decisions remaining with VA personnel.
  • Volume: The system must handle over 8.5 million annual referrals and authorizations, processing an estimated 10-50 million messages daily.

Submission & Evaluation

Vendors must submit responses using only the provided rubric spreadsheet. Additional materials may be presented during a one-hour demonstration, which will be scheduled for prioritized vendors. Solutions must be fully deployable with documented successful implementations. This is an RFI for planning purposes only and not a solicitation.

Contract & Timeline

  • Opportunity Type: Request for Information (RFI)
  • Response Due: February 2, 2026, 12:00 PM ET
  • Published Date: January 27, 2026
  • Set-Aside: Not yet determined. Vendors should indicate business size and status (NAICS 541512).
  • Future Acquisition: The VA is still in the requirements development phase but is more likely to pursue a single integrated platform award. A phased rollout approach is being considered.

Additional Notes

An Authority to Operate (ATO) from the VA is required for all products, regardless of VistA integration, and solutions should be able to obtain an ATO within six months. The current Performance Work Statement (PWS) is a draft and subject to change.

People

Points of Contact

Kimberly GeranContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Pre-Solicitation
Posted: Jan 27, 2026
Version 2
Special Notice
Posted: Jan 26, 2026
View
Version 1
Sources Sought
Posted: Jan 10, 2026
View
DA01--RFI for CCR&A Vendor Demonstrations (VA-26-00031811) | GovScope