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