DA10--QGenda Scheduling Software, Base Plus Four Contract
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 Northern Arizona VA Healthcare System (NAVAHCS) Emergency Department, is conducting a Request for Information (RFI) / Sources Sought for a commercial, cloud-based QGenda Scheduling Software solution. This market research aims to identify qualified vendors capable of providing software subscription, implementation, configuration, training, and ongoing technical support. The VA is assessing the market for potential Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) set-aside opportunities. Responses are due by Tuesday, May 05, 2026, at 12:00 PM Pacific Time.
Scope of Work
The requirement is for a secure, healthcare-specific scheduling solution to improve schedule transparency, flexibility, fairness, and administrative efficiency within the NAVAHCS Emergency Department. The solution must be a centralized platform for real-time schedule creation, publication, maintenance, and review. It should support schedule automation, user self-service, reporting, and potentially time and attendance/workforce analytics capabilities. The contractor will provide all necessary supervision, coordination, staffing, software, licenses, and related services as defined in the Draft Statement of Work (SOW).
Key Requirements
The scheduling software must meet specific salient characteristics, including:
- Compliance: Must have a valid Authority to Operate (ATO) with the Veterans Administration and be FedRAMP Certified.
- Accessibility: 100% web-based with native mobile applications (iOS/Android) for full end-user functionality.
- Automation: Automated scheduling capabilities using a rules-based engine, supporting long-term scheduling and real-time updates.
- Management: Features for provider management (tracking targets, preferences, requests, swap market), multi-tier approval processes, and configurable user permissions.
- Support: Requires a US-based dedicated support resource available Monday-Friday, 9:00 AM - 6:00 PM Eastern Time.
- Security: Adherence to VA information security, privacy, and cybersecurity requirements, including role-based access, encryption, and federal single sign-on.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for market research only, not a solicitation).
- NAICS: 541519 - Other Computer Related Services.
- Anticipated Period of Performance: One 12-month base period from award, with implementation within 60 days.
- Place of Performance: Contractor's secure hosted environment; primary location is NAVAHCS Emergency Department, Prescott, AZ.
- Response Due: Tuesday, May 05, 2026, at 12:00 PM Pacific Time.
- Published: April 27, 2026.
Eligibility & Submission
Interested contractors must submit responses via email to Israel.Garcia2@va.gov. Required information includes:
- Company name, address, point of contact, phone, fax, and email.
- Contractor’s Unique Entity ID (SAM) number.
- Type of small business (e.g., SDVOSB, VOSB, 8(a), HUB-Zone, WOSB). SDVOSB/VOSB respondents should provide proof of certification and acknowledge subcontracting limitations (FAR 52.219-14).
- Statement regarding Service Contract Act exemption.
- Information on current federal contracts for similar services.
- General pricing for market research purposes.
- Confirmation of small business status under NAICS 541519 (or proposed alternative NAICS).
- A detailed capability statement addressing qualifications and ability to perform, with specific examples and references (contract number, description, dates, POC). General statements are not acceptable. All offerors must be registered in SAM.gov.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or guarantee a future contract. Responses will help the Government determine if a set-aside for VOSB or SDVOSB is appropriate. Failure to provide sufficient detail, especially regarding past performance, may affect the Government's assessment of capability.