Department of Veterans Affairs (VA) Homesale Services
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 for Commercial Move Management Services. This Special Notice, issued in accordance with FAR Part 10, FAR 8.401, and VAAR 819.70, seeks industry feedback on a draft Performance Work Statement (PWS) and draft pricing structure. The VA also aims to assess the capability of small business GSA Multiple Award Schedule (MAS) contractors to inform a future set-aside determination. Responses are due by February 18, 2026, at 6:00 PM UTC.
Scope of Requirement
The anticipated requirement includes comprehensive, high-volume relocation support services for VA employees. Key services encompass:
- End-to-end management of employee relocation and move services.
- Coordination and oversight of third-party service providers.
- Homesale and transaction management support (e.g., Buyer Value Option (BVO), Appraised Value (AV), Amended Value (AVA)).
- CONUS and OCONUS relocations.
- Temporary Change of Station (TCS) move management.
- Quality control, performance monitoring, and reporting.
- Property management for OCONUS and TCS moves.
- Pre-decisional counseling and destination area assistance.
Contract Details (Anticipated)
This is a draft RFQ for market research purposes only; no award will be made. If the VA proceeds, a Blanket Purchase Agreement (BPA) under FAR subpart 8 (Federal Supply Schedules) is anticipated. The maximum ceiling for potential orders under this BPA is $75,000,000, with orders expected to be Firm Fixed Price (FFP). The ordering period is projected to be a base year and four one-year options.
Set-Aside & Eligibility
This market research is specifically intended to determine if the requirement can be set aside for small businesses, a specific socioeconomic category (e.g., SDVOSB, VOSB, WOSB, HUBZone, 8(a)), or issued on an unrestricted basis. The VA encourages responses from all eligible contractors, particularly small businesses, to ensure comprehensive market research.
Information Requested
Interested vendors are requested to submit information addressing:
- Company details, point of contact, company size status (NAICS 531210), and GSA/SEWP contract information.
- Experience with core move management services, homesale/transaction management, OCONUS/TCS support, surge capacity, and performance management.
- Feedback on the draft pricing structure (Attachment A), its commercial reasonableness, sustainability for small businesses, and potential impacts.
- Assessment of the overall feasibility of a small business set-aside BPA.
- Recommendations for improving the future PWS and aligning with commercial practices.
Submission & Use of Responses
Responses must be submitted in accordance with the instructions in the RFI and attached documents. The VA will use the information to support its small business set-aside determination, refine the draft PWS and pricing structure, and inform acquisition planning. Submission does not confer any advantage or disadvantage in future procurements. The VA will not reimburse respondents for costs incurred.
Key Dates & Contacts
- Response Due: February 18, 2026, 6:00 PM UTC.
- Primary Contact: Brandi Luna (brandi.luna@va.gov, 757-635-9566).
- Secondary Contact: Brian Tedesco (brian.tedesco@va.gov, 503-560-5788).