Licensed Provider Locator Service
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 through a Request for Information (RFI) / Sources Sought Notice (SSN) for a Licensed Provider Locator Service. The objective is to identify qualified sources capable of providing an internet search service to locate licensed healthcare providers and other individuals named in tort claims who are no longer employed by the VA. Responses are due by March 23, 2026.
Scope of Work
The required service will provide internet access for up to three users in the Medical-Legal Risk Management (MLRM) Office to locate various licensed professionals (physicians, nurses, pharmacists) and other individuals involved in tort claims. Key capabilities include obtaining home and business addresses, phone numbers, state licenses, board certifications, and DEA licensing. Search results must be available within 10 minutes, maintained on the Contractor's website with a single VA access point, and updated regularly. Searches can be initiated using parameters like name, date of birth, social security number, city, state, or last known address, and must include a minimum of 5 years of licensed healthcare provider history. The service must be available 24/7 and allow for extraction/saving of findings.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought Notice (SSN)
- Anticipated Duration (for future contract): One base year with three additional one-year option periods.
- Set-Aside: None specified (market research stage).
- Product Service Code (PSC): 7A21 (Business Application Off The Shelf Software).
- Response Due: March 23, 2026, 3:30 PM ET.
- Published: March 10, 2026.
Submission Requirements
Interested parties should submit a response of no more than 8 pages (single-spaced, 12 font, 1" margins) via email to michael.collins7@va.gov. Responses should include:
- Qualifications & General Information: Entity name, address, phone, email, SAM Unique Entity ID, business type/size (e.g., LARGE, SMALL, VOSB/SDVOSB), Points of Contact, and VOSB/SDVOSB certification status.
- Core Competencies: A brief statement on why the organization is suitable for the requirements outlined in the DRAFT Performance Work Statement (PWS).
- Commercial Availability: Information on existing pricing, delivery schedules, terms, and warranties.
- Contracting Interest: Indicate interest in competing as a prime contractor and any existing subcontracting, joint ventures, or teaming arrangements.
- Ordering Vehicles: Identify if your business holds a GSA Federal Supply Schedule or other VA-usable ordering vehicle.
- PWS Comments: Provide input on the DRAFT PWS using the Microsoft Word Comment tool.
- NAICS/MAS/PSC Recommendation: Suggest alternative codes if applicable, with justification.
- VA IHT IDIQ Status: State if your business is a VA Integrated Healthcare Transformation (IHT) IDIQ Contract Holder.
- Experience: Details on similar completed or ongoing projects, including title, scope, dollar value, customer POC, and a brief description of relevance.
Additional Notes
This RFI/SSN is for planning and market research purposes only and does not constitute a solicitation or promise to issue one. The U.S. Government will not pay for any costs incurred in responding. If Artificial Intelligence (AI) is used in creating a response, it must be clearly indicated, primarily for enhancing clarity.