VA Office of Inspector General (VA OIG) Office of Investigations Case Management (OICM) 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) Office of Inspector General (OIG) is issuing a Request for Information (RFI) for Investigative Case Management (OICM) Services. This RFI seeks to identify commercially available off-the-shelf (COTS) products/solutions for an Investigative Case Management System to modernize the OIG's Office of Investigations. This is for market research purposes only and is not a solicitation. Capability Packages are due April 02, 2026.
Purpose & Scope
The VA OIG intends to procure a COTS Investigative Case Management System (ICMS) to serve as the Office of Investigations' system of record, replacing parts of the existing Enterprise Management System (EMS) and transitioning to electronic case files. The system must be capable of creating, maintaining, retrieving, and managing investigation data, generating reports, and supporting an initial user base of 325 concurrent users with 99.9% uptime and at least 10 TB of scalable data storage.
Key capabilities required include:
- Highly configurable interface and administrator controls.
- Document management, workflow, and reporting features.
- Evidence management with barcoding and data migration/integration.
- FedRAMP authorized solution (Moderate or higher) or deployment on a customer-provided, single-agency private cloud.
- Compliance with Section 508, Federal security, privacy, and technical directives.
Contract & Timeline
- Type: Request for Information (RFI) / Market Research
- Anticipated Period of Performance: One (1) 12-month Base Period, and four (4) 12-month Option Periods.
- Set-Aside: None specified (RFI stage).
- Questions Due: March 25, 2026, no later than 3:00 PM EST.
- Capability Packages Due: April 02, 2026, no later than 1:00 PM EST.
- Published: March 20, 2026.
Submission Requirements
Vendors must submit a Capability Package (not exceeding 25 pages, excluding cover, TOC, charts, past performance, and marketing materials) via email. The package should describe the COTS ICMS solution and its ability to meet SOW requirements, including:
- Company information (UEI, Name, Address, Business Size, NAICS, GWAC availability).
- Rough Order of Magnitude (ROM) pricing.
- Up to three (3) examples of similar past government experience within the last three years.
- Plans for teaming (subcontracting, JV, partnering).
- Product name, manufacturer status, and details on authorized resellers.
- FedRAMP authorization status or private cloud deployment capability.
- Licensing structure (Perpetual/Term/Per User/Enterprise).
Virtual Product Demonstration
VA OIG is requesting a virtual product demonstration (up to three hours) of the COTS ICMS. Vendors must confirm participation in their Capability Package and provide participant details (limited to four individuals). The Government will coordinate specific dates and times.
Point of Contact
James Johnson, Contracting Officer Email: James.Johnson27@va.gov