DA01--Revenue Operations Workflow, Payer Compliance and Technical Process Optimization - New Requirement

SOL #: 36C10B26Q0210Sources 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

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
Feb 20, 2026
2
Last Updated
Apr 7, 2026
3
Response Deadline
Apr 7, 2026, 8:00 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), specifically the Technology Acquisition Center NJ (36C10B), conducted a Sources Sought / Request for Information (RFI) for Revenue Operations Workflow, Payer Compliance, and Technical Process Optimization. This RFI was for market research to identify capable vendors and explore acquisition strategies for a new requirement. Responses to the RFI were due February 27, 2026. A Questions & Answers document was subsequently published on April 7, 2026, clarifying aspects of the RFI.

Purpose & Scope

This RFI aimed to gather information on industry capabilities to sustain, transform, and improve VA's revenue cycle activities. It sought to understand best practices and potential solutions for revenue operations workflow functionality, payer compliance, and technical process optimization, including cloud computing solutions. The government is exploring solutions and is not tied to specific tools, remaining open to alternative technologies and COTS/SaaS integrated solutions. Scenario modeling of insurance carrier agreements, including automatic calculation of expected allowed amounts and various reporting capabilities, remains a requirement (PWS section 5.2).

Key Information Requested from Vendors (RFI)

Vendors were asked to provide:

  • Company information, including SBA certification for VOSB/SDVOSBs.
  • Summary of technical capabilities related to revenue operations workflow, cloud computing, claims scoring, reporting, payment efficacy, and managerial/technical consulting support.
  • Details on software tools to be leveraged and potential partnerships.
  • Relevant experience with similar government or commercial projects, including cloud migration, RPA, claims scoring, insurance agreement modeling, and national-level program support (e.g., EHRM, HIPAA/EDI).
  • Feedback on the sufficiency of the draft Performance Work Statement (PWS).

Contract & Timeline

  • Opportunity Type: Sources Sought / Request for Information (RFI)
  • Product Service Code: DA01 (Support Services for Application Development and Support)
  • NAICS Code: 541512 (Computer Systems Design Services) with a $34 million size standard.
  • Set-Aside: None specified; market research was conducted to explore potential set-asides.
  • RFI Response Deadline: February 27, 2026, 10:00 AM Eastern Time.
  • Q&A Published Date: April 7, 2026.

Clarifications & Impact

A Questions & Answers document, posted on April 7, 2026, provided responses to vendor inquiries. Key clarifications include:

  • The government is exploring solutions for revenue operations workflow and cloud computing, and the inclusion of specific software license renewals depends on the proposed solution.
  • The T4NG contract vehicle's ordering period has ended and will not be used for this acquisition. The VA is conducting market research to determine the best acquisition strategy and potential contract vehicles, aiming for a fair and open process.
  • Specific tools are not mandated; the focus is on meeting stated requirements.

Contact Information

For the RFI, submissions were to be emailed to Gary.Throckmorton@va.gov and Christopher.Minetti@va.gov. The primary contact is Gary Throckmorton, Contract Specialist, at gary.throckmorton@va.gov or 848-377-5269.

People

Points of Contact

Gary ThrockmortonContract SpecialistPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Sources Sought
Posted: Apr 7, 2026
Version 2
Sources Sought
Posted: Feb 26, 2026
View
Version 1
Sources Sought
Posted: Feb 20, 2026
View
DA01--Revenue Operations Workflow, Payer Compliance and Technical Process Optimization - New Requirement | GovScope