DC01--Infrastructure Operations Franchise Fund Support Services

SOL #: 36C10A25Q0090Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A)
AUSTIN, TX, 78744, United States

Place of Performance

Place of performance not available

NAICS

Computer Systems Design Services (541512)

PSC

Support Services For Data Center Facilities That House And Protect Critical It Equipment Including The Space, Power, Environment Controls, Racks, Cabling And "Smart Hand" Support. Includes Tiered And Non Tiered Computer Rooms, Mdf/Telco Closets And Other Facilities That House It Equipment. (DC01)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 25, 2025
2
Last Updated
Feb 6, 2026
3
Response Deadline
Feb 13, 2026, 9:00 PM

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 and acquisition planning to support a planned future Multiple Award Task Order Contract (MATOC) for enterprise IT infrastructure operations. The VA seeks industry input on capabilities and feedback on draft Performance Work Statements (PWSs) across four distinct service domains. Responses are due February 13, 2026, at 4:00 PM Eastern Time.

Purpose & Scope

This RFI aims to assess industry capabilities and capacity for enterprise-scale IT infrastructure operations, gather feedback on the clarity and feasibility of draft PWSs, understand the socioeconomic composition of potential offerors, and identify risks and opportunities to enhance competition. The anticipated MATOC will cover comprehensive IT infrastructure operations, including:

  • Application Hosting Compute & Storage: Providing secure, highly available, and performant computing across VA's on-premises, hybrid cloud, and mainframe environments, including server administration, enterprise storage, containerization (VAPO), and cloud management (VAEC).
  • Application Services: Delivering 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 at Austin, TX, and Philadelphia, PA, covering facility management, security administration, electrical/mechanical systems (Tier III availability), cooling, PIV support, and emergency power.
  • Infrastructure Engineering & Operations: Providing engineering and optimization support, including Infrastructure Enhancements (SIAM, FinOps, automation), Data Center Operations (design, deployment, maintenance of hybrid infrastructure), and Business Office Integration (portfolio management, financial management, communications).

Submission Requirements

Respondents must submit their information electronically to anthony.araujo@va.gov and claudetta.smith@va.gov with the subject line "Response to RFI Number 36C10A25Q0090 v2". The response should be structured into three sections:

  • Section A – Capability Statement (Max 5 pages): Detail prime-level experience in designing, leading, and delivering enterprise-level solutions in one or more of the specified PWS domains.
  • 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.
  • Section C – Administrative Information (No Page Limit): Include company details, socioeconomic status (under NAICS 541512 or 541513), and existing contract vehicles. Responses must be in Microsoft Word, Arial 12-point font, with 1-inch margins, and a maximum file size of 40 MB.

Contract Details & Place of Performance

This RFI is for planning purposes only and does not constitute a commitment to issue a solicitation or award a contract. The anticipated acquisition is for a competitive MATOC. Services may be required at contractor facilities or VA facilities, including Austin, TX; Hines, IL; Philadelphia, PA; Falling Waters, WV; and Quantico, VA, with additional regional and remote locations. Product Service Code: DC01. NAICS Codes: 541512 or 541513. Set-Aside: None specified; market research is being conducted to understand socioeconomic composition.

Contact Information

Primary Contact: Anthony Araujo, Contract Specialist, Anthony.Araujo@va.gov, 848-377-5250. Secondary Contact: Claudetta Smith, claudetta.smith@va.gov.

People

Points of Contact

Anthony AraujoContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Sources Sought
Posted: Feb 6, 2026
View
Version 8Viewing
Sources Sought
Posted: Feb 3, 2026
Version 7
Sources Sought
Posted: Jan 30, 2026
View
Version 6
Sources Sought
Posted: Jan 30, 2026
View
Version 5
Sources Sought
Posted: Jan 29, 2026
View
Version 4
Sources Sought
Posted: Jan 28, 2026
View
Version 3
Sources Sought
Posted: Oct 7, 2025
View
Version 2
Sources Sought
Posted: Sep 30, 2025
View
Version 1
Sources Sought
Posted: Sep 25, 2025
View