R408--FRAUD PREVENTION SERVICES PROCUREMENT STATUS UPDATE
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) has issued a Procurement Status Update for its Fraud Prevention Services requirement. This Sources Sought notice informs the vendor community that further details regarding the procurement timeline and acquisition strategy are anticipated to be posted on SAM.gov later this month. The VA seeks innovative solutions to identify, mitigate, and eliminate Fraud, Waste, and Abuse (FWA) impacting Veteran benefits and taxpayer dollars.
Opportunity Overview
The VA's Benefits Delivery Protection & Remediation (BDP&R) Directorate requires contractor support to enhance its FWA prevention capabilities. This effort aims to leverage industry expertise, advanced analytics, and emerging technologies, including Artificial Intelligence (AI) and Machine Learning (ML), to safeguard Veteran benefits and ensure fiscal stewardship.
Scope of Services
The anticipated scope of work, as outlined in previous RFI documents and the draft Statement of Objectives (SOO), includes:
- Contract Project Management: Planning, reporting, and administrative support.
- FWA Risk Management: Research, analysis, assessment, and monitoring of FWA vulnerabilities.
- FWA Incident and Case Management: Responding to incidents, managing investigations, and interfacing with partners.
- FWA Research and Development: Identifying, scoping, and proposing FWA solutions using modern technology.
- FWA Data Analysis: Utilizing data for mining, research, and analysis, integrating AI/ML.
- FWA Education, Outreach, and Communications: Promoting FWA awareness and training.
Technical Requirements & Environment
The government is open to new tools and modern cloud-based environments, with current machine learning coded in Python and R, and a planned migration to an Azure workspace. AI/ML models will be deployed within a secure, VA-compliant enclave (FedRAMP High, GovCloud). Contractors will be provided access to existing structured and unstructured data sources, and recommendations for external data feeds are welcome. Legacy systems containing Personally Identifiable Information (PII) cannot be accessed.
Contract & Timeline
This is a Sources Sought notice. The government is still researching potential contract types (Firm Fixed-Price, Time & Materials, Managed Services) and will finalize based on industry feedback. The anticipated contract duration is a one-year base period with four one-year option periods. The current incumbent for similar services is BOOZ ALLEN HAMILTON INC. No set-aside has been specified for this requirement. The current notice's response date is January 26, 2026.
Key Clarifications
Previous industry engagement, including an RFI and Industry Day, clarified that the government's role is collaborative in FWA risk governance, prioritizing both fraud identification and prevention of improper payments. Work can be performed remotely, and no regular on-site work is required.
Response & Contact
Interested vendors should continue to monitor the Contract Opportunities section of www.SAM.gov for the upcoming procurement timeline and acquisition strategy. Primary Point of Contact: Gregory Stevens, Contracting Officer, gregory.stevens@va.gov, 313-354-2194.