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), specifically the Technology Acquisition Center (TAC), is conducting a Request for Information (RFI)/Sources Sought for a Modernized Enterprise Electronic Freedom of Information Act (eFOIA) Software as a Service (SaaS) Solution. This market research aims to gather industry capabilities and feedback on a Draft Performance Work Statement (PWS) to inform a future acquisition strategy. The solution will manage FOIA requests, processing, review, analysis, and production of electronically stored information. Responses are due by March 10, 2026, 11:00 AM EDT.
Purpose & Scope
This RFI is for planning purposes only and is not a solicitation. The VA seeks a Commercial Off-the-Shelf (COTS) eFOIA SaaS solution to replace existing systems. The scope includes project management, training, data migration, human-centered design, application performance monitoring, risk management, information assurance, operations and maintenance, and lessons learned. The solution must be FedRAMP Moderate authorized, FISMA Moderate compliant, and capable of handling FOIA, Privacy Act, and combined requests, including large electronic files (up to 20 GB). Key features include automated redaction, a public-facing portal, comprehensive search, OCR, content analytics, and support for at least 900 concurrent users and 15 terabytes of active storage. The anticipated period of performance is a 12-month base period plus four 12-month option periods.
Key Information Requested
Interested parties should submit a capability statement (max 10 pages) addressing:
- Technical Approach: How your solution meets the Draft PWS requirements.
- Company Information: Name, CAGE/UEI, address, POC, socioeconomic data (including potential for Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside compliance), business size/status, current federal contracts/vehicles, and ability to respond under NAICS 541519.
- Implementation Timeline: For proposed solutions other than existing products.
- PWS Feedback: Comments on adequacy, suggestions, proprietary/open-source status, and FedRAMP/ATO status (including VA ATO timeline).
- Rough Order of Magnitude (ROM): Major price components.
- Contracting Approach: Details on whether the requirement will be met solely by the prime or if teaming/subcontracting is involved.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Market research to determine potential SDVOSB set-aside.
- Response Due: March 10, 2026, 11:00 AM EDT
- Questions Due: March 3, 2026
- Published: February 24, 2026
Submission & Contact
Responses must be submitted via email, limited to 10 pages, and clearly marked if proprietary. No marketing materials are allowed. Questions should also be submitted via email.
- Contract Specialist: Kawana Tyler-Simms (kawana.tyler-simms@va.gov)
- Contracting Officer: Patrick Hamilton (Patrick.Hamilton2@va.gov)