DH10--DIGITAL WAYFINDING

SOL #: 36C26226Q0506Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
262-NETWORK CONTRACT OFFICE 22 (36C262)
Gilbert, AZ, 85297, United States

Place of Performance

San Diego, California

NAICS

Computer Systems Design Services (541512)

PSC

Platform Delivered As A Service For Databases And Middleware. A Distributed Platform, Application And System Integration Resources Enabling Cross Application Development, Communications And Information Sharing. (DH10)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Apr 20, 2026, 7:00 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), Network Contract Office 22, has issued a Solicitation (36C26226Q0506) for a Digital Wayfinding System for the VASD Jennifer Moreno Medical Center and three other outpatient clinics in San Diego, California. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price contract. The latest amendment (Amendment 4) provides responses to vendor questions and confirms updated deadlines.

Purpose & Scope

The VA seeks to procure, install, and maintain a comprehensive digital wayfinding system to enhance navigation for patients, visitors, and staff across four VA San Diego Healthcare System (VASDHS) facilities. The system will include:

  • Installation of 16 digital wall-mounted touchscreen monitors (47"-65") with cabling.
  • ADA compliant interactive floor maps with turn-by-turn directions, including an elevator-only routing option.
  • "Top 10 Destinations" quick-access cards with photos and hours.
  • Real-time content with remote update capabilities and built-in accessibility features (screen reader, magnifier, text scaling, high contrast).
  • Staff training.
  • A browser-based platform with a single URL for all four locations, offering indoor routing and an exterior campus map for the main hospital.
  • VA-branded QR codes and print-ready maps.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Value: $34 Million (estimated ceiling)
  • Period of Performance: Base year (05/01/2026 - 04/30/2027) plus three one-year options, extending through 04/30/2030.
  • Place of Performance: VASD Jennifer Moreno Medical Center, Kearny Mesa Outpatient Clinic, Chula Vista Outpatient Clinic, and Oceanside Outpatient Clinic in San Diego, CA.
  • NAICS Code: 541512 - Computer Systems Design Services.
  • Product Service Code: DH10 - Platform Delivered As A Service For Databases And Middleware.

Set-Aside & Eligibility

This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified SDVOSBs listed in the SBA certification database at the time of offer and award. Limitations on subcontracting apply (50% for services).

Submission Requirements & Deadlines

  • Questions Due: April 13, 2026, at 1:00 PM MST.
  • Offers Due: April 20, 2026, at 1:00 PM MST.
  • Submission Method: Offers must be submitted via email to Felicia Simpson, Contract Specialist, at Felicia.Simpson@va.gov in PDF format.
  • Required Documentation: Offerors must submit all documentation under Section E, acknowledge all amendments, and sign clause 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE FOR SERVICE AND CONSTRUCTION (JAN 2023) (DEVIATION) on page 28 of the solicitation. VA Form 10091, W-9, and FMS Vendor File Update Form are also required. Failure to provide required documents and acknowledge amendments will result in non-acceptance or evaluation.

Evaluation Criteria

Award will be based on the most advantageous offer, considering price and non-price factors, including Technical Approach, Experience, and Required Documents. Lowest Price Technically Acceptable (LPTA) procedures will not be used.

Key Clarifications from Amendment 4

  • Installation is to begin before June 30, 2026.
  • Contractors are responsible for cabling, network setup, housekeeping, waste disposal, and material storage. VA is responsible for power.
  • Contractors will provide professional recommendations for screen orientation and sizing, ensuring ADA compliance. Branding should use Navy blue and the VA logo.
  • This is a new system; no existing pathfinding system is in place.

People

Points of Contact

Felicia L SimpsonContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Apr 20, 2026
View
Version 8
Solicitation
Posted: Apr 14, 2026
View
Version 7Viewing
Solicitation
Posted: Apr 7, 2026
Version 6
Solicitation
Posted: Apr 6, 2026
View
Version 5
Solicitation
Posted: Apr 3, 2026
View
Version 4
Solicitation
Posted: Mar 30, 2026
View
Version 3
Solicitation
Posted: Mar 24, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 23, 2026
View
Version 1
Sources Sought
Posted: Mar 17, 2026
View