Skip to content
Department of Veterans Affairs

VA Office of Inspector General (VA OIG) Office of Investigations Case Management (OICM) Services

Solicitation: VAOIG-RFI-26-0001
Notice ID: 19c638bcb7014027aa81eb40487a1b4b
TypeSources SoughtNAICS 513210PSCDA10Set-AsideNONEDepartmentDepartment of Veterans AffairsStateDCPostedMar 20, 2026, 12:00 AM UTCDueApr 02, 2026, 05:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 02, 2026. Industry: NAICS 513210 • PSC DA10.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$368,046,942
Sector total $557,489,996 • Share 66.0%
Live
Median
$533,622
P10–P90
$370,592$2,085,457
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.0%
share
Momentum (last 3 vs prior 3 buckets)
+179%($173,883,798)
Deal sizing
$533,622 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 →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20001 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
James Johnson
Email
James.Johnson27@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
OFFICE OF INSPECTOR GENERAL OIG (36C10M)
Office
Not available
Contracting Office Address
Washington, DC
20001 USA

More in NAICS 513210

Description

VA Office of Inspector General (VA OIG)

Office of Investigations Case Management (OICM) Services

Request for Information (RFI)

RFI Notice ID Number:  VAOIG-RFI-26-0001

1.  DESCRIPTION

The Department of Veterans Affairs, Office of Inspector General (VA OIG) is issuing a Request for Information (RFI) for an Investigative Case Management System for the VA OIG Office of Investigations.  The purpose of the RFI is to determine if commercial off-the-shelf (COTS) products / solutions are available to meet VA OIG’s needs as defined in the attached Statement of Work (SOW).

In accordance with Federal Acquisition Regulation (FAR) Revolutionary FAR Overhaul (RFO) 10.001, this RFI is issued solely for information and market research purposes.

Please note that THIS RFI IS NOT A SOLICITATION or a promise to issue a solicitation.  No award(s) shall be issued from the responses to this RFI.  Any voluntary responses to this RFI are not offers and shall not be accepted by the Government to form a binding contract.

Any information that a Vendor provides in response to the RFI shall become Government property and will not be returned.  Furthermore, the Government shall not provide feedback with regards to RFI submissions, other than acknowledgment of receipt if requested by the submitter. 

The Government shall not be responsible for paying any costs incurred by any Vendor in responding to this RFI.  All Vendors are responsible for all costs associated with responding to this RFI.

2.  PURPOSE OF THIS RFI

VA OIG intends to use responses to this RFI to gather market related information regarding the commercial availability of Vendors that have the capability to provide a commercial off-the-shelf (COTS) Investigative Case Management System / solution.  Input received from the RFI may be used to determine next steps, which may include a subsequent solicitation.  VA OIG encourages the Vendor community to respond to this RFI to provide their feedback and insight.  

3.  CAPABILITY PACKAGE

Vendors are instructed to provide a Capability Package in response to this RFI that clearly describes your COTS Investigative Case Management System / solution and its ability to fulfill requirements described in the Technical Requirements of the attached SOW.

The Capability Package shall contain the following information:

A.  Provide Company Information to include the following:

1.  SAM Unique Entity Identifier (UEI) Number

2.  Company Name

3.  Company Address (including points of contact, phone numbers and e-mail addresses)

4.  Business Size Designation (Small Business, Large Business, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), etc.)

5.  North American Industry Classification System (NAICS) Code

6.  Indicate if the services are available on U.S. General Services Administration (GSA), National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement V (NASA SEWP V), National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC), Army Computer Hardware, Enterprise Software and Solutions (CHESS), or any other Government Wide Acquisition Contracts (GWACs).

7.  As part of your Capability Package, please provide a Rough Order of Magnitude (ROM) pricing information for your COTS Investigative Case Management System / solution.

Please note that the Government anticipates that the period of performance for this requirement will be for a Base Period of twelve (12) months with four (4) twelve (12) month Option Periods.

B.  Provide a response to the following questions:

1.  Please provide no more than three (3) examples of past Government experience (Task Orders / Contracts) within the last three (3) years with requirements that are similar in nature and scope of this requirement.  At a minimum, the Past Performance information should include descriptive information clearly showing the similarities to the subject requirements, contract numbers, performance periods, and points of contact.

2.  Provide information regarding your plans to use any form of “teaming” (Subcontracting, Joint Venturing (JV), Partnering, etc.) to provide your COTS Investigative Case Management System products/solution.

3. What is the name of the product / solution being proposed in response to this RFI?

4.  Are you the Manufacturer of this COTS product, or an “authorized reseller”?

A.  If you are the Manufacturer of this COTS product, are you the only seller / provider of this product?

B.  Are there other “authorized resellers” of this COTS product? If so, please provide the entity / business name, SAM Unique Entity Identifier (UEI) Number, business size designation (8(a) Small Business, SDVOSB, VOSB, etc.), and point of contact (POC) information (name, e-mail address, and phone number(s)).

Please note that information for multiple authorized resellers can be provided in a Table Format, Spreadsheet Format, or any other format that clearly lists / displays the information.

5. Is your COTS product FedRAMP authorized, or capable of deployment on a customer-provided, single-agency private cloud secured environment?  Please describe.

6. What structure is provided for licenses (Perpetual / Term / Per User / Enterprise / etc.)?  Please describe.

4.  VIRTUAL PRODUCT DEMONSTRATION

As part of the RFI, VA OIG is requesting a virtual product demonstration of your COTS Investigative Case Management System products/solution.  Participation in any demonstration connected with this Request or submitting any information in response to this RFI is strictly voluntary.  Any information that a Vendor provides shall become Government property and will not be returned.

Capability Packages shall include confirmation of whether the Vendor would like to participate in the virtual product demonstration.

The duration of the virtual product demonstration shall be for no more than three (3) hours.

Vendors shall be required to demonstrate a COTS Investigative Case Management System products/solution that meets all requirements listed in the Statement of Work (SOW).

Please note that the draft SOW is provided only for your review / reference.

Required System Environments

As referenced in the Statement of Work (SOW) that is attached to this RFI titled “Attachment 1 - Draft SOW Dated 03-20-2026 - OICM Services”, the COTS Investigative Case Management System products/solution shall be capable of being deployed in at least one (1) of the following methods:

I.  FedRAMP Authorized Solution - The Contractor's solution is fully FedRAMP authorized as evidenced by an active FedRAMP Authority to Operate (ATO).  The Contractor’s solution must be able to be implemented at a FedRAMP Impact Level of Moderate or higher with the capability of adding security control overlays as defined by NIST, if needed, and maintain compliance with FedRAMP requirements throughout the period of performance, or;

II.  Deployment on Single Agency Private Cloud - The Contractor is fully capable of deploying the solution on a customer-provided, single-agency private cloud.  The solution must comply with all applicable security and performance standards, including those outlined in the agency's security policies, FISMA Law, NIST guidance and standards, and OMB mandate

Vendor participation in the virtual product demonstration is limited to four (4) individuals.

Please provide the name, title, and contact information (e-mail address, phone number, etc.) for each person that will be participating in the virtual product demonstration.

The duration of the virtual product demonstration shall be for no more than three (3) hours.

The Government will contact Vendors to coordinate the specific date and time for the virtual product demonstration.

5.  SUBMISSION INSTRUCTIONS

Only electronic Capability Packages submitted via e-mail will be accepted.

QUESTIONS

Questions regarding this RFI shall be submitted using the attached spreadsheet titled:  “Attachment 2 - Vendor Questions Template - OICM Services”.

The Due Date for Questions is Wednesday, March 25, 2026 no later than 3:00 PM EST.

CAPABILITY PACKAGES

Capability Packages shall be created using Times New Roman Font Size 12 or larger, and shall not exceed twenty-five (25) pages (excluding the cover pages, Table of Contents, charts, graphs, tables, Past Performance information, and marketing materials).

The Due Date for Capability Packages is Thursday, April 02, 2026 no later than 1:00 PM EST.

The Point of Contact (POC) for information submission is:

PRIMARY POC

NAME:                       James Johnson, Contracting Officer

E-MAIL:                     James.Johnson27@va.gov

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.