R408--Veterans Outcome Assessment Program (VOAP) Services
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 a Sources Sought to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Veterans Outcome Assessment Program (VOAP) Services at the VA CT Healthcare System in West Haven, CT. This market research aims to inform an upcoming Request for Quotation (RFQ) for services involving telephone interviews with Veterans to assess mental health and suicide prevention services. Responses are due by April 13, 2026, at 12:00 PM ET.
Purpose & Scope of Work
The objective of the VOAP is to collect interview data from Veterans who have received mental health and/or suicide prevention services to determine the effectiveness and satisfaction of these services provided by the VA Health Administration (VHA). This program also supports the Puppies Assisting Wounded Servicemembers Act of 2021 (PAWS) pilot program for PTSD.
The scope includes:
- Conducting baseline and follow-up telephone interviews with Veterans using VHA-provided scripts and protocols.
- Tracking participants for timely follow-up interviews.
- Providing digital interview data to VHA on a monthly basis.
- The program requires approximately 16,000 pairs of VOA interviews and 150-200 pairs of PAWS interviews annually.
- Interviews must be conducted in a sensitive, quiet, and confidential environment by trained staff, adhering to protocols for urgent or emergent crises.
Anticipated Contract Details
This is a Sources Sought notice for an upcoming RFQ. The anticipated contract type is Fixed Price, with a period of performance expected to be one (1) Base Year of 12 months and four (4) 12-month option years. The applicable NAICS code is 541910 (Marketing Research and Public Opinion Polling), and the PSC is R408 (Program Management/Support Services).
Key Requirements & Performance Standards
Prospective firms must be registered in SAM.gov and verified by the SBA in VetCert (Veteran Small Business Certification) to qualify for the Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Vendors must also complete VA Form 10091 for vendorization.
Performance standards include:
- Baseline interviews within 30 days of receiving Veteran contact information.
- VOA follow-up interviews between 160-190 days post-baseline.
- PAWS follow-up interviews 10 weeks after the first scheduled canine training class.
- Completion of required annual interview volumes.
- Weekly informal status updates and detailed quarterly reports.
- Monthly digital data transmission to VHA.
- Key personnel (Contract Manager, Clinical Director) with specific qualifications are required. All interviewing staff must undergo background checks and specific VA training (Information Security, HIPAA, CITI Program).
Response Information
This is a Sources Sought notice; it is not a solicitation. Interested parties should register via the SAM.gov interested vendors list. It is the offeror's responsibility to monitor SAM.gov for the upcoming RFQ and any amendments. The determination to conduct a competitive procurement is at the Contracting Officer's discretion.
Response Due: April 13, 2026, at 12:00 PM Eastern Time. Contact: Tara Dossiema, Contracting Officer, Tara.Dossiema@va.gov.