DA10--Modernized Enterprise Electronic Freedom of Information Act (eFOIA) SaaS Solution
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)/Sources Sought for a Modernized Enterprise Electronic Freedom of Information Act (eFOIA) Software as a Service (SaaS) Solution. This RFI aims to gather capability statements and feedback on a Draft Performance Work Statement (PWS) to inform a future acquisition strategy. Responses are due by March 17, 2026, at 3:00 p.m. Eastern Time.
Scope of Work
The VA seeks a Commercial Off-the-Shelf (COTS) eFOIA SaaS solution to manage FOIA requests, processing, reviewing, analyzing, and producing electronically stored information in compliance with legal obligations. The solution should include project management, training, data migration, human-centered design, application performance monitoring, risk management, information assurance, operations and maintenance.
Key requirements include:
- FedRAMP Moderate authorization and FISMA Moderate compliance.
- API integration capabilities with VA systems.
- Processing of FOIA, Privacy Act, and combined requests.
- Ingestion, viewing, processing, and export of large electronic files (up to 20 GB).
- Document review with automated redaction and revision history.
- Public-facing portal for request submission and status tracking.
- Comprehensive search capabilities (keyword, Boolean, proximity, metadata).
- Automated processing with Optical Character Recognition (OCR) and content analytics.
- Support for at least 900 concurrent active users and a minimum of 15 terabytes of active storage.
- Compliance with Federal accessibility requirements (Section 508) and VA security standards.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Structure (PWS): 12-month base period plus four 12-month option periods.
- Set-Aside: None specified for this RFI.
- Response Due: March 17, 2026, 3:00 p.m. Eastern Time.
- Questions Due: March 3, 2026.
- Published: March 12, 2026 (Amendment 0002).
Submission Requirements
Interested parties must submit a capability statement (limited to 10 pages, no marketing materials) addressing:
- Technical approach to meet Draft PWS requirements.
- Company information (CAGE/UEI, address, POC, socioeconomic data, business size, federal contracts/vehicles, NAICS 541519 capability).
- Implementation timeline for new solutions.
- Feedback on the Draft PWS, including proprietary/open-source status, and FedRAMP/ATO status.
- Rough Order of Magnitude (ROM) outlining major price components.
- Details on prime contractor vs. teaming/subcontracting approach.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or guarantee a future contract award. No payment will be provided for RFI responses. Answers to questions received will be posted at the time of solicitation. The attached Draft PWS is dated February 23, 2026.