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 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 144 VA facilities, including VA Medical Centers, Employee Education Services, and Consolidated Mail Order Pharmacy. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due February 19, 2026.
Scope of Work
The VA seeks to sustain and renew annual operations and maintenance for the SCGUI applications. This includes:
- System fixes, software enhancements, and training.
- Optional tasks for renewed licenses for APAR/APAT test accounts, used to test potential VistA changes related to programs like Electronic Health Record Modernization (EHRM) and Financial Management Business Transformation (FMBT).
- Support for integration with VistA modules such as IFCAP, GIP, AEMS/MERS, PIP, PSAS, FMBT, and EHRM.
- Provision of enterprise reporting and data integration services.
- The Performance Work Statement (PWS) outlines requirements for project management, Human Centered Design (HCD), application performance monitoring, and adherence to VA IT standards including a guaranteed 98% uptime for installed applications.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 541511, with a size standard of $34,000,000.00.
- PSC: DA01 - Support Services for Application Development and Support.
- Set-Aside: None specified for this RFI. The VA is requesting socio-economic information for market research.
- Period of Performance (anticipated): A 12-month base period with two subsequent 12-month option periods, not to exceed 36 months in total.
- Place of Performance: Contractor facilities, not permitted outside the United States or its territories.
- Questions Due: February 17, 2026, 11:00 AM EST.
- RFI Responses Due: February 19, 2026, 2:00 PM EST.
- Published: February 27, 2026.
Technical Questions for Industry
Interested parties are asked to describe their capability to provide the brand name DSS APAR/APAT licenses and maintenance. If proposing an alternative COTS solution, details are requested on:
- Support for end-to-end ordering, acquisition, and tracking, and integration with IFCAP/VistA.
- Real-time inventory visibility and order status.
- Test instance capabilities for VistA modernization efforts, including M-Code reviews.
- Maintenance support offerings, licensing/hosting environment, pricing structure, and Best-in-Class vehicle availability (including FedRAMP for SaaS).
- Deployment timeline, custom development needs, and existing VA Authority to Operate (ATO).
Additional Notes
This RFI is for market research only. Responses will be treated as information for the Government and will not result in payment.