DA10--VA-26-00036795 Broadcom Enterprise Agreement
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 Sources Sought / Request for Information (RFI) for a Broadcom Enterprise Agreement. This RFI seeks information on licensing, maintenance, support, and subscription services for VMware technologies and Broadcom Computer Associates (CA) mainframe and Service Virtualization software. Responses are due by April 7, 2026, at 1:00 PM EST.
Purpose & Scope
This RFI is for market research only and does not constitute a Request for Quote (RFQ) or Request for Proposal (RFP). The VA aims to gather information to develop its acquisition strategy and Performance Work Statement (PWS) or Product Description (PD) for enterprise software capabilities. The required services include:
- VMware Technologies: Licensing, maintenance, support, and subscription services for brand-name VMware technologies, specifically transitioning from VCPP to VCF. Assistance in obtaining current part numbers is requested.
- Broadcom CA Technologies: Subscription and maintenance for mainframe software.
- Broadcom (CA) Service Virtualization: Perpetual licenses for the Electronic Health Record Modernization Integration Office (EHRM-IO), with a request for a shortened Period of Performance (PoP) for co-termination.
The attached "Broadcom - Product Table.xlsx" details specific products and services across three Contract Line Item Numbers (CLINs):
- CLIN 1: VMware Products (VCF, Technical Account Manager, Program Manager, Project Manager, Consulting Architect, VMware Live Recovery, AVI Load Balancer) for a Base Period and four Option Years.
- CLIN 2: CA Service Virtualization Products (maintenance for Functional Transactions, Performance, Application Test, Power User) for an Initial Period and four Option Years.
- CLIN 3: CA Mainframe Products (Workload Automation, Mainframe DevOps Suite, CA 7, Top Secret, VISION products, Flexible Storage Suite) for a Base Period and four Option Years.
Submission Requirements
Respondents must:
- Fill in the yellow columns in the "Broadcom – Product Table.xlsx" for CLINs 1, 2, and 3, providing itemized pricing (bundled pricing is not accepted).
- Submit a capability statement (maximum 3 pages) detailing the company's ability to meet the requirements.
- Provide rough estimated pricing (ROM) and answers to specific questions outlined in the RFI document.
- Responses must be emailed to Contract Specialist Luis Lozada-Santiago (luis.lozada-santiago@va.gov) and Contracting Officer Joseph Jones (joseph.jones6@va.gov).
Contract Details
- Opportunity Type: Sources Sought / Request for Information
- Product Service Code (PSC): DA10 (Support Services, Delivered As A Service Contract)
- NAICS Code: 541519 (Other Computer Related Services)
- Anticipated Duration: Base period plus four option years for various CLINs.
Eligibility & Set-Aside
No specific set-aside has been determined. Respondents are asked to provide socioeconomic data, including small business type, and confirm compliance with FAR 52.219-6, FAR 52.219-14, VAAR 852.219-10, and 13 CFR 125.6 if applicable. This information will aid the VA in determining potential small business participation.
Key Dates & Contacts
- Response Due Date: April 7, 2026, at 1:00 PM EST
- Published Date: March 31, 2026
- Primary Contact: Luis Lozada-Santiago, Contract Specialist (luis.lozada-santiago@va.gov, 848-377-5245)
- Secondary Contact: Joseph Jones, Contracting Officer (joseph.jones6@va.gov)