DA10--Cleo Streem Secure Faxing (VA-26-00050453)
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 qualified vendors for brand name Cleo Streem secure faxing software licenses, maintenance, and technical support. This RFI aims to gather market information for a potential future solicitation. Responses are due May 11, 2026, by 2:00 PM EST.
Scope of Work
The VA, specifically VHA, VISN 8, requires the Cleo Streem solution to provide secure network fax capabilities, electronic faxing, secure file transfer, communications, and messaging. This solution automates workflows and integrates with multifunctional devices, eliminating the need for analog faxing. Services include:
- Software: Cleo Streem Secure Faxing Software licenses.
- Maintenance: 24x7 coverage via telephone, email, online support, and updates.
- Technical Support: Project management and training services.
- Installation: Remote installation and testing on VA-provided virtual servers (Windows Server 2019 or 2022). VA will manage server maintenance.
- Security & Accessibility: Compliance with VA Technical Reference Model (TRM), Zero Trust Critical Security Controls, SSN Reduction Act, IPv6, Trusted Internet Connection (TIC), Generative AI requirements, and Section 508 standards.
Contract & Timeline
- Type: Request for Information (RFI) for market research. Potential future Firm-Fixed-Price contract.
- Duration (anticipated): 12-month Base Period (09/01/2026 - 08/31/2027) with two 12-month Option Periods.
- Set-Aside: None specified for this RFI. The VA is assessing small business capabilities, including potential for Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
- NAICS Code: 541519 (size standard $34 million).
- Response Due: May 11, 2026, 2:00 PM EST.
- Published: May 6, 2026.
- Place of Performance: Tampa and Orlando, Florida.
Submission Requirements
Interested vendors must submit a clear, concise, and complete capability package (maximum 5 pages) addressing specific questions. Generic statements or marketing materials will not be reviewed. Submissions should include company identification, NAICS codes, small business status, ability to comply with relevant FAR/VAAR clauses (e.g., RFO 52.219-6, 52.219-14, VAAR 852.219-10), GSA/GWAC schedules, and corporate experience with references. Vendors are also asked to comment on the sufficiency of the draft Product Description for a Firm-Fixed-Price contract.
Additional Notes
This RFI is for market research only and does not constitute a solicitation or guarantee a future contract award. The Government will not pay for information submitted. Not responding does not preclude participation in any future RFP. All submissions become Government property. Contact: Anna Deputy, Contract Specialist, Anna.Deputy@va.gov.