Procurement request for Virtual Acquisition Office (VAO)
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 Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a subscription to the Virtual Acquisition Office (VAO), an online knowledge base for federal acquisition professionals. This is a combined synopsis/solicitation for a non-competitive procurement, with quotes due by April 10, 2026, 11:00 AM EDT.
Scope of Work
The requirement is for an online, subscription-based knowledge base specifically designed for federal acquisition professionals. It must provide access to a comprehensive library of federal acquisition regulations, policies, guidance, and related materials. The product required is the Virtual Acquisition Office (VAO), and the subscription must provide a minimum of 15 individual user licenses (passwords) for access to the online service.
Contract & Timeline
- Type: Firm-Fixed-Price Purchase Order
- Duration: Base year plus four option years
- Set-Aside: Not set-aside for small business
- Response Due: April 10, 2026, 11:00 AM EDT
- Published: April 6, 2026
Evaluation
Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Quotes must include pricing, company letterhead, Cage Code, FOB Destination, point of contact, business size, and GSA contract number (if applicable). Quotes should be rounded to the nearest whole dollar.
Additional Notes
This procurement is justified as non-competitive (sole source) for the VAO software from Unison Virtual Acquisition Office LLC. The justification cites that Unison is the only identified provider, with no authorized resellers, aligning with FAR 13.106-1(b)(1)(i) and FAR 8.405-6. The Contracting Officer has approved this sole source action. Interested parties can still identify their interest by submitting a quote or capabilities statement. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2025-10 and DFARS DPN 20251110.