DC01--Infrastructure Operations Franchise Fund Support 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), Technology Acquisition Center, has issued a Sources Sought notice (RFI Number 36C10A25Q0090 v2) for Infrastructure Operations Franchise Fund Support Services. This market research aims to identify industry capabilities for a planned Multiple Award Task Order Contract (MATOC) covering enterprise IT infrastructure operations. Responses are due by February 6, 2026, at 4:00 PM Eastern Time.
Purpose & Objectives
This Request for Information (RFI) is for market research and acquisition planning, not a solicitation for contract award. The VA seeks to:
- Assess industry capabilities and capacity for enterprise-scale IT infrastructure operations.
- Obtain feedback on the clarity, feasibility, and proposal-readiness of attached draft Performance Work Statements (PWSs).
- Understand the socioeconomic composition of potential offerors.
- Identify potential risks, best practices, and opportunities to enhance competition for a future MATOC.
Scope of Interest
The anticipated MATOC will cover comprehensive operational and engineering support across various IT disciplines, including:
- Application Hosting Compute & Storage: Server administration (Linux/Unix, Windows, Virtualization), enterprise storage, containerization (VAPO), enterprise cloud management (VAEC), and mainframe operations.
- Application Services: Identity, Credential, and Access Management (ICAM), infrastructure vulnerability management, Public Key Infrastructure (PKI), web infrastructure, middleware, application virtualization, printer security, and database administration.
- Infrastructure Engineering & Operations: Infrastructure enhancements (SIAM, FinOps, analytics, automation), data center operations (design, deployment, maintenance), and business office integration (portfolio management, Franchise Fund Business Office support).
- Datacenter Facility Operations: Physical facility management, security administration, electrical and mechanical infrastructure support (Tier III availability), cooling requirements, Personnel Verification and Identification (PIV) support, and emergency power systems.
Response Requirements
Respondents must use the provided "Attachment A Industry Response Template.docx" and submit their response via email. The submission should include:
- Section A – Capability Statement (Max 5 pages): Detail prime-level experience in designing, leading, and delivering enterprise-scale solutions for the specified PWS domains, addressing scope, complexity, technical capability, and performance-based delivery.
- Section B – Industry Feedback on Draft PWSs (Max 5 pages): Provide specific, actionable feedback on the clarity, feasibility, and proposal-readiness of the draft PWSs, including proposal-ability, completeness, performance metrics, risks, and scalability.
- Section C – Administrative Information (No page limit): Include company name, address, website, SAM UEI, Point of Contact, socioeconomic status, and existing contract vehicles.
Contract & Timeline
- Opportunity Type: Sources Sought (RFI)
- Anticipated Acquisition: Multiple Award Task Order Contract (MATOC)
- Period of Performance (PWS): Typically 12 months from award, with four 12-month option periods (total 60 months).
- Response Due: February 6, 2026, 4:00 PM Eastern Time.
- Published Date: January 28, 2026.
- Set-Aside: None specified for this RFI.
Place of Performance
Services may be required at Government facilities or Contractor facilities. Specific PWS documents mention VA facilities in Austin, TX (AITC) and Philadelphia, PA (PITC), with potential for other locations including Hines, IL; Falling Waters, WV; and Quantico, VA.
Contact Information
For submissions and inquiries, contact Anthony Araujo, Contract Specialist, at Anthony.Araujo@va.gov (512-492-5079) and Claudetta Smith at claudetta.smith@va.gov.