Skip to content
Department of Veterans Affairs

T006--Video Production BPA (VA-26-00037948)

Solicitation: 36C77626Q0099
Notice ID: 10bcf3ef0fa34ae3918f51cb0bf7360c
TypeSources SoughtNAICS 512110PSCT006DepartmentDepartment of Veterans AffairsPostedFeb 11, 2026, 12:00 AM UTCDueFeb 25, 2026, 06:00 PM UTCCloses in 3 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: See PWS. Response deadline: Feb 25, 2026. Industry: NAICS 512110 • PSC T006.

Market snapshot

Awarded-market signal for NAICS 512110 (last 12 months), benchmarked to sector 51.

12-month awarded value
$1,000,000
Sector total $163,862,243 • Share 0.6%
Live
Median
$1,000,000
P10–P90
$1,000,000$1,000,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,000,000)
Deal sizing
$1,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
See PWS
Contracting office
Independence, OH • 44131 USA

Point of Contact

Name
Glenn Saddler
Email
glenn.saddler@va.gov
Phone
216-447-8300

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
PCAC (36C776)
Office
Not available
Contracting Office Address
Independence, OH
44131 USA

More in NAICS 512110

Description

Sources Sought Notice ILEAD Video Production BPA Recompete The Department of Veterans Affairs, Program Contracting Activity Central seeks vendors (preferably with a GSA contract) for the purpose of entering into a Blanket Purchase Agreement (BPA) for video production services (GSA Multiple Award Schedule Professional Services Marketing and Public Relations, Category 512110) and video equipment rental for the Institute for Learning, Education, and Development (ILEAD) Office. The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the services required. Please review the information contained herein and identify whether your company has the capability and interest to provide the services as described. Please see section titled SUBMITTAL OF RFI RESPONSE below for what information to include in your company s response. Scope of Work ILEAD requires a comprehensive range of media production services including such tasks as scriptwriting, producing, directing, videography, audio recording, graphics production, teleprompting, acting, makeup, broadcast engineering and video editing. ILEAD productions generally fall into one of four categories: 1) live or live-to-tape satellite broadcasts from the ILEAD studio, 2) field-based documentary and news magazine style shoots 3) coverage of conferences or training events or 4) film-style shoots [with verbatim scripts and professional actors. Production services can be divided into two general types of work: studio production and field production. Most studio production will occur at the ILEAD Studio in St. Louis, MO. Field production will occur in any U.S state or territory -- it all depends on the nature of each individual assignment. In most, but not all, cases, production will be associated with VA medical facilities, but there are medical facilities in every U.S. state. For this reason, the Contractor should be prepared to provide staff or freelance production personnel nationwide. Location: The Government estimates that about 40 percent of work required under this contract will occur at the ILEAD studio in Saint Louis, MO; the other 60 percent will occur in field locations throughout the United States. Production shall follow accepted broadcast industry standards for pre-production, production, and post-production. [See attached draft PWS]. Submittal of RFI Response If you believe you are capable of providing the required services, please provide a complete response no later than Wednesday February 25, 2026 at 1:00 PM (Eastern). A complete response satisfies the information requested below. All correspondence regarding this project shall reference the RFI number and project title in the subject line of the email. No phone calls will be accepted. The Government requests respondents provide the following information: Company Information: Name, Address, Point of Contact, GSA Contract Number (if applicable), and SAM UEI Number. Company s Business Size and Status: Please provide your socio-economic size status, the number of years in business, affiliate information (parent company, potential teaming partners), and number of employees. Capabilities: The submittal shall provide the information necessary for the Government to determine the vendor is capable of providing the required services. Past Experience: Provide the following information on a maximum of three (3) similar projects completed within the last three (3) years for which the respondent was a prime contractor or subcontractor. Name, address, and dollar value of each project. Prime Contract Type (Firm Fixed Price, Time and Materials, etc). Point of Contact information (name, phone, email) of the owner for each project. A brief description of each project (no more than a few paragraphs) and why it is relevant to this requirement, including difficulties and successes. Your company s role and services provided for each project. If you prefer, you can complete the attached Vendor Response Form to provide all the above information in one document. Completed VA Acquisition Regulation (VAAR) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (see attached certificate for completion). Set-Aside Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Currently a total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is anticipated based on the Veterans Administration [VA] requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if responses by SDVOSB firms proves inadequate, an alternate set-aside or full and open competition may be used. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. Performance Work Statement (PWS) Comments The Government welcomes any comments or questions on the DRAFT PWS associated with this requirement. Please provide clear comments or questions and provide the page and section reference for each comment or question. NAICS Code 512110 Motion Picture and Video Production (Size Standard: $40M) If you believe a different NAICS code is a better fit for this requirement, please provide this information. Disclaimer This notice is for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.