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 Office of Investigations Case Management (OICM) Services. This RFI seeks to identify commercial off-the-shelf (COTS) solutions for an Investigative Case Management System (ICMS) to modernize the OI's current system. The VA OIG is conducting market research to determine industry capabilities. Capability Packages are due by Thursday, April 30, 2026, at 1:00 PM EST.
Purpose & Scope
This RFI is for market research purposes only and is not a solicitation. The VA OIG intends to procure a COTS 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 support 325 concurrent users (read/write) and be scalable, with a data storage capacity of at least 10 TB. The anticipated period of performance is a 12-month base period and four 12-month option periods, with an anticipated Firm-Fixed Price (FFP) contract type. There is no incumbent contractor for this new requirement.
Key Requirements
The COTS ICMS must be highly configurable and provide capabilities for:
- Case Management: Creating, maintaining, retrieving, and managing investigation data, including document management, workflow, reporting, contact/referral intake, evidence management, and personnel time tracking.
- Technical Features: Customizable ad-hoc reports, advanced search, audit trails, bi-directional workflows, OCR capability, mobile-friendly interfaces, and support for large document/media uploads (up to 10GB).
- Security & Deployment: Must be fully FedRAMP authorized (Moderate or higher ATO) or capable of deployment on a customer-provided, single-agency private cloud, complying with Federal security, privacy, and technical directives (e.g., Section 508, HSPD-12, OMB M-21-31). An "in process" FedRAMP status is not acceptable.
- Data Migration: The solution must facilitate migration of approximately 24GB of non-attachment case records and 574GB of associated attachments from the legacy EMS.
- Advanced Capabilities: The SOW references AI capabilities, advanced visualization dashboards, link analysis, geospatial analysis, and eDiscovery, though the government is not currently considering third-party solutions for analytics, link analysis, or geospatial mapping.
Submission Details
Vendors are requested to submit a Capability Package (not exceeding 25 pages, excluding cover pages, TOC, charts, graphs, tables, Past Performance, and marketing materials) describing their COTS ICMS solution. The package should include company information (UEI, NAICS, business size, GWACs), past government experience (up to 3 examples within 3 years), teaming plans, product name, manufacturer/reseller status, FedRAMP/deployment details, and licensing structure. Vendors should also provide Rough Order of Magnitude (ROM) pricing for the base and option periods. A virtual product demonstration (up to 3 hours) is requested, and vendors should confirm participation in their package.
Timeline & Contact
- Capability Packages Due: Thursday, April 30, 2026, 1:00 PM EST.
- Point of Contact: James Johnson, Contracting Officer, James.Johnson27@va.gov.
Additional Notes
This RFI is for market research only; responses will inform potential future solicitations. The government will not provide feedback on RFI submissions, nor will it cover costs incurred by vendors.