DA10--VA-26-00029054 - Data Loss Prevention (DLP) Infrastructure Solution - New Requirement
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), Office of Information & Technology (OI&T), is conducting market research through a Request for Information (RFI) for a Data Loss Prevention (DLP) and Data Access Governance (DAG) Infrastructure Solution. The VA seeks a single-vendor Commercial Off-the-Shelf (COTS) Software as a Service (SaaS) solution to replace its existing Varonis deployment, ensuring continuity of enterprise DLP and DAG capabilities for a minimum of 700,000 users. Responses are due by May 14, 2026, 12:00 PM EST.
Scope of Work
The required solution must provide comprehensive DLP and DAG capabilities, including:
- Data discovery, classification, and protection across network, cloud, and storage environments.
- Risk reduction, misconfiguration management, and third-party application risk assessment.
- Identity security, activity monitoring, and threat detection.
- Data access governance and data lifecycle automation.
- Support for scanning various file types, including OCR, and applying data labels.
Key Requirements
- Solution Type: Single-vendor COTS SaaS.
- User Licensing: Support for a minimum of 700,000 users.
- Period of Performance: Anticipated 12-month Base Period, followed by four 12-month Option Periods, plus one Optional Task.
- Transition: If proposing an alternative to Varonis, the awardee must sustain existing Varonis licensing and support during a 90-day transition period without degrading security posture.
- Compliance: Must maintain FedRAMP Moderate authorization and be certified in SOC 2, SOC 3, ISO, HIPAA, and NIAP Common Criteria. All delivered ICT must be Section 508 compliant.
- AI Requirements: If AI is utilized, compliance with federal directives on trustworthy, secure, and responsible AI is mandatory, with sensitive data protected from unauthorized use or training of vendor AI models.
Submission Requirements
Interested parties must submit:
- Company identification (Name, Address, POC, CAGE/UEI, Business Size, NAICS).
- GSA/GWAC schedules and socioeconomic data.
- Corporate experience.
- Answers to specific questions regarding the draft Product Description.
- A Bill of Materials (BOM) with pricing and a Rough Order of Magnitude (ROM) via the provided Schedule B/Price Schedule spreadsheet.
- A completed Compliance Matrix, indicating whether their solution "Meets," "Does Not Meet," or "Partially Meets" each specification, with detailed explanations.
- Responses are limited to 10 pages.
Contract & Timeline
- Type: Request for Information (RFI) / Presolicitation (Market Research)
- Response Due: May 14, 2026, 12:00 PM EST
- Published: May 7, 2026
- Set-Aside: None specified (market research includes questions for small businesses, VOSBs, and SDVOSBs).
- Contact: Kevin Andujar, Contract Specialist, KEVIN.ANDUJAR@VA.GOV, 848-377-5264.
Additional Notes
This RFI is for market research purposes only and does not constitute a solicitation or commit the government to any contract award. No reimbursement will be provided for costs associated with RFI response submission.