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) has issued a Request for Information (RFI) for Office of Investigations Case Management (OICM) Services. This RFI seeks to identify commercial off-the-shelf (COTS) investigative case management systems (ICMS) to modernize the OIG's Office of Investigations. Capability Packages are due by April 16, 2026, at 1:00 PM EST.
Purpose & Scope
This RFI is for market research purposes only, not a solicitation. The VA OIG aims to gather information on commercially available COTS ICMS solutions that can 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 support 325 concurrent users, offer 99.9% uptime, and provide at least 10 TB of dynamically scalable data storage.
Key capabilities required include:
- Creating, maintaining, retrieving, and managing investigation data.
- Generating investigative and statistical reports.
- Configuration and customization to meet OI's business processes.
- Migration of existing case data to the new COTS solution.
- Documentation, installation, configuration, deployment, maintenance, and training.
- Ongoing technical and customer support.
Technical requirements are extensive, covering highly configurable interfaces, document management, workflow and reporting, evidence management, personnel time tracking, logical access controls, advanced search, mobile-friendly interfaces, and potential AI capabilities. The solution must be FedRAMP Authorized (Moderate or higher) or capable of deployment on a customer-provided, single-agency private cloud, complying with federal security and privacy directives.
Submission Requirements
Vendors must submit a Capability Package (not exceeding 25 pages, excluding cover pages, TOC, charts, graphs, tables, past performance, and marketing materials) that describes their COTS ICMS solution and its ability to meet SOW requirements. The package should include:
- Company information (UEI, name, address, POCs, business size, NAICS).
- Indication of availability on GWACs (GSA, NASA SEWP V, NITAAC, Army CHESS).
- Rough Order of Magnitude (ROM) pricing for a 12-month base period and four 12-month option periods.
- Up to three examples of similar past government experience within the last three years.
- Plans for teaming (subcontracting, JV, partnering).
- Product name, manufacturer/reseller status, and details of other authorized resellers if applicable.
- Description of FedRAMP authorization or private cloud deployment capability.
- License structure (Perpetual/Term/Per User/Enterprise).
Vendors are also requested to confirm participation in a virtual product demonstration (up to three hours) showcasing their COTS ICMS. Participation is voluntary.
Key Dates & Contact
- Questions Due: Wednesday, March 25, 2026, no later than 3:00 PM EST (using provided template).
- Capability Packages Due: Thursday, April 16, 2026, no later than 1:00 PM EST.
- Point of Contact: James Johnson, Contracting Officer, James.Johnson27@va.gov.
Additional Notes
This RFI is for information and market research only; it is not a solicitation, and no award will be made from responses. The government will not provide feedback or reimburse costs incurred by vendors in responding.