DA01--Software maintenance and support for MyPath® tools in support of VA Puget Sound Healthcare System, Seattle, WA
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), Network Contracting Office (NCO) 20, is conducting market research via a Sources Sought Notice to identify qualified sources for software maintenance and support for MyPath® tools at the VA Puget Sound Healthcare System (VAPSHCS) in Seattle, WA. The intended contract is a firm-fixed price with a base year plus three option years. Responses are due May 27, 2026, at 1 PM Mountain Time.
Scope of Work
The requirement includes ongoing maintenance and hosting for the MyPath tool, MyPath Postpartum tool, and the informational MyPath Dissemination Page. This involves bug fixing, content updates, and hosting servers for website analytics data. Future upgrades are planned, including:
- Addition of a Lactation Module to MyPath Postpartum.
- Updating the birth control module to better reflect users' past experiences.
- Modernization of MyPath graphics and user-interface elements.
- Updating the MyPath software code base for improved security, reduced latency, and simplified maintenance.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Intended Contract Type: Firm-Fixed Price
- Period of Performance: Base year plus three (3) option years
- Place of Performance: Contractor's office
- Response Due: May 27, 2026, 1 PM Mountain Time
- Published Date: May 14, 2026
Eligibility / Set-Aside Considerations
Respondents must be an OEM or authorized by the OEM (Nitid Bit, LLC) to provide these services. The applicable NAICS Code is 541511 with a $34 Million size standard. Vendors should indicate compliance with VAAR 852.219-75 and FAR 52.219-14 regarding limitations on subcontracting, should a set-aside be considered.
Submission Requirements
Interested contractors should submit responses via email to Jennifer Robles at jennifer.robles1@va.gov. Submissions must include:
- Company name, address, SAM UEI, and business size.
- Point of contact name, phone number, and e-mail address.
- Indication of current GSA Federal Supply Schedule, NASA SEWP, or other Federal contract vehicles.
- Manufacturer's business size for Non-Manufacturer Rule determination, if applicable.
Additional Notes
This is a Sources Sought Notice only and not a solicitation. The Government is not obligated to award a contract or pay for information provided. No telephone inquiries will be accepted. Vendor will not have access to VA sensitive or protected information. Strict adherence to VA data protection and records management policies is required for any VA information handled.