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 / Request for Information (RFI) for Infrastructure Operations Franchise Fund Support Services. This RFI is for market research to support a planned future Multiple Award Task Order Contract (MATOC) for enterprise IT infrastructure operations across four distinct service domains. Responses are due February 6, 2026, at 4:00 PM Eastern Time.
Purpose & Overview
This RFI (Number 36C10A25Q0090 v2) is issued for market research and acquisition planning, not a solicitation for quotes or proposals. The VA seeks to assess industry capabilities and capacity, obtain feedback on draft Performance Work Statements (PWSs), understand the socioeconomic composition of potential offerors, and identify best practices for enhancing competition for a future MATOC. The goal is to enhance the delivery, performance, and cost-effectiveness of IT infrastructure operations within a secure, scalable, and resilient hybrid IT environment.
Scope of Work
The planned MATOC will cover comprehensive IT infrastructure operations across four domains:
- Application Hosting Compute & Storage: End-to-end enterprise technology operations and modernization, including server administration (Linux/Unix, Windows, Virtualization), enterprise storage, containerization (VAPO), enterprise cloud management (VAEC), mainframe services, and application support.
- Application Services: Operational and engineering support for IT disciplines such as Identity, Credential, and Access Management (ICAM), Infrastructure Vulnerability Management, Certificate Management/PKI, Web Infrastructure, Middleware, Application Virtualization, Printer Security, Database Administration, and Operations Control & CMOP.
- Datacenter Facility Operations: Comprehensive support for VA IT data center infrastructure, encompassing facility management, security administration, electrical/mechanical infrastructure, cooling, PIV support, emergency power, computer room cleaning, and VESDA/Freon detection systems.
- Infrastructure Engineering & Operations: Engineering and optimization support for operational environments, focusing on infrastructure enhancements (analytics, automation, SIAM, FinOps), data center operations (design, deployment, maintenance of hybrid infrastructure), and business office integration (portfolio management, operations optimization, financial management).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for a planned Multiple Award Task Order Contract (MATOC).
- Period of Performance (Anticipated): Generally 12 months from award with four 12-month option periods, not to exceed 60 months total.
- Response Due: February 6, 2026, at 4:00 PM Eastern Time.
- Published: January 29, 2026.
- Product Service Code (PSC): DC01
- NAICS Code: 541512
Submission Requirements
Respondents must submit electronically to anthony.araujo@va.gov and claudetta.smith@va.gov with the subject line "Response to RFI Number 36C10A25Q0090 v2". The response should include:
- Capability Statement (Max 5 pages): Detailing prime-level experience in designing, leading, and delivering enterprise-level solutions in one or more PWS domains.
- Industry Feedback on Draft PWSs (Max 5 pages): Specific, actionable feedback on clarity, feasibility, performance metrics, risks, and scalability.
- Administrative Information (No page limit): Company details, socioeconomic status (registered in SAM), and existing contract vehicles. Formatting requirements include Microsoft Word, Arial 12-point font, 8.5x11 inches, 1-inch margins, and a maximum file size of 40 MB.
Eligibility / Set-Aside
This RFI does not specify a set-aside; however, vendors are requested to identify their current socioeconomic category(ies) as registered in SAM, including Small Business, 8(a), HUBZone, SDVOSB, VOSB, WOSB/EDWOSB, Small Disadvantaged Business, and Large Business.
Place of Performance
Work may be performed at Government facilities or Contractor facilities. Potential primary locations include Austin, TX; Hines, IL; Philadelphia, PA; Falling Waters, WV; and Quantico, VA, with additional regional and remote/cloud environments.
Special Requirements / Notes
Adherence to VA security policies, federal mandates (e.g., NIST standards, OMB M-22-09 for Zero Trust, EO 14028), and Section 508 compliance is mandatory. Personnel may require specific background investigation levels (Tier 1/Low, Tier 2/Moderate, Tier 4/High). Agile delivery and DevOps best practices are expected. Travel is anticipated, with costs to be included in firm-fixed price line items. This RFI is for planning purposes only and does not obligate the Government to award a contract.