DA01--Supply Chain GUI Overlay - New TO (VA-26-00023382)

SOL #: 36C10B26Q0183Sources 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

Custom Computer Programming Services (541511)

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
Feb 11, 2026
2
Last Updated
Feb 27, 2026
3
Response Deadline
Feb 19, 2026, 7:00 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 through a Request for Information (RFI) to identify industry capabilities for renewing brand name maintenance and support for its existing Document Storage System, Inc. (DSS) Above Participating Provider (APAR)/Advanced Prosthetics Acquisition Tool (APAT) Supply Chain Graphical User Interface (SCGUI) Overlay applications. These Commercial Off-the-Shelf (COTS) applications are critical for VistA users across 144 VA facilities. Responses are due by February 19, 2026, at 2:00 PM EST.

Scope of Work

The VA Office of Information & Technology (OIT) requires sustained maintenance for the DSS APAR/APAT SCGUI Overlay applications, which support various VistA modules including IFCAP, GIP, AEMS/MERS, PIP, PSAS, FMBT, and EHRM. The effort includes annual operations and maintenance, system fixes, software enhancements, and training. Optional tasks may involve renewing licenses for APAR and APAT test instances to evaluate impacts from VistA modernization efforts like Electronic Health Record Modernization (EHRM) and Financial Management Business Transformation (FMBT), including M-Code reviews.

Key Information Requested

Interested companies should provide their socio-economic size and classification under NAICS Code 541511 (size standard $34,000,000.00), identify current Federal Contracts (especially Best-in-Class vehicles), and indicate SDVOSB/VOSB SBA verification status if applicable. Technical questions include:

  • Capability to provide brand name DSS APAR/APAT licenses and maintenance.
  • If proposing an alternative COTS solution: describe its support for end-to-end ordering, acquisition, tracking, integration with VistA/IFCAP, real-time inventory visibility, test instance capabilities for VistA modernization (including M-Code reviews), maintenance inclusions, hosting environment, pricing structure, Best-in-Class vehicle availability, and FedRAMP designation (if SaaS).
  • Deployment steps, projected timeline, custom development needs, and existing VA Authority to Operate (ATO).

Contract & Timeline

  • Type: Request for Information (RFI) / Sources Sought
  • Potential Contract Duration: A future contract may include a 12-month base period with two 12-month option periods (total 36 months).
  • Set-Aside: Not specified for this RFI; market research is being conducted to assess industry capabilities, including small business participation.
  • Questions Due: February 17, 2026, 11:00 AM EST.
  • Response Due: February 19, 2026, 2:00 PM EST.
  • Published: February 11, 2026.

Additional Notes

This is an RFI for planning and market research purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not pay for information submitted in response to this RFI. The attached Draft Performance Work Statement (PWS) outlines the requirements for the potential future effort.

People

Points of Contact

Dwight E HenleyCSPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Feb 27, 2026
View
Version 2
Sources Sought
Posted: Feb 27, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 11, 2026