Skip to content
Department of Veterans Affairs

G004--Employee and Vet Wellness Training

Solicitation: 36C25726Q0278
Notice ID: 404f2396f868467ca25b24fb91d7a431
TypeSources SoughtNAICS 812990PSCG004DepartmentDepartment of Veterans AffairsStateTXPostedFeb 18, 2026, 12:00 AM UTCDueFeb 23, 2026, 11:00 PM UTCCloses in 1 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: TX. Response deadline: Feb 23, 2026. Industry: NAICS 812990 • PSC G004.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$561,809,589
Sector total $561,809,589 • Share 100.0%
Live
Median
$104,780
P10–P90
$36,558$1,117,129
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($561,809,589)
Deal sizing
$104,780 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 TX
Live POP
Place of performance
Department of Veterans Affairs West Texas VA Health Care System, 300 W Veterans Blvd. Attn: Logistics • Big Spring, Texas • 79720 United States
State: TX
Contracting office
San Antonio, TX • 78240 USA

Point of Contact

Name
Matt Lee
Email
matthew.lee5@va.gov
Phone
210-393-9281

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
257-NETWORK CONTRACT OFFICE 17 (36C257)
Office
Not available
Contracting Office Address
San Antonio, TX
78240 USA

Description

Sources Sought Notice Sources Sought Notice Page 3 of 3 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 812990; All Other Personal Services. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1,000.00 EA ANNUAL VIRTUAL WELLNESS TRAINING Base - 04/01/2026 - 03/31/2027 1001 1,000.00 EA ANNUAL VIRTUAL WELLNESS TRAINING OY1 - 04/01/2027 - 03/31/2028 2001 1,000.00 EA ANNUAL VIRTUAL WELLNESS TRAINING OY2 - 04/01/2028 - 03/31/2029 3001 1,000.00 EA ANNUAL VIRTUAL WELLNESS TRAINING OY3 - 04/01/2029 - 03/31/2030 4001 1,000.00 EA ANNUAL VIRTUAL WELLNESS TRAINING OY4 - 04/01/2030 - 03/31/2032 1. SCOPE OF WORK: Education-based wellness classes are to be led by certified and relatable instructors who cater to a range of skills and mobility levels. It is necessary that continuous content is available that gives members fresh ways to enjoy their wellness journeys, and also that yoga and tai chi are among the available offerings, since these are areas where this service can be especially useful in aiding with continuity of resources for Veterans and staff Implementation should be efficient and user-friendly, and should include streamlined Single Sign-On (SSO) and Application Program Interface (API) integration. Offerings should be widely and globally accessible through IOS, Android, Windows devices, and web browsers. WTVAHCS is seeking to secure 1,000 licenses for Base Year 1 that can be used by either veterans or staff. WTVAHCS also needs an option to escalate the number of licenses secured during each Option Year. While space is not currently available to offer in-residence classes, the VA reserves the right to negotiate with the contractor on offering in-residence classes. 2. BACKGROUND: The West Texas Veterans Affairs Health Care System (WTVAHCS), 300 Veterans Blvd, Big Spring TX, 79720, is seeking to purchase a product that provides both on-demand and live wellness and well-being activities and educational opportunities for both Veterans and staff. Contractor s on-demand materials and virtual classes can offer well-being opportunities for living a healthier life and may empower Veterans and employees to engage in a lifestyle activity that safely inspires results toward personal health goals. While many programs and platforms focus predominantly on fitness, the Contractor s services will support well-being of the body and the mind by offering a wider variety of exercise, meditation, yoga, and stress management activities and self-management resources. Veteran and employee engagement and learning can be enhanced also when classes are available on-demand and through various modalities, and when both the classes and overall platform and interface demonstrate people of all ages, interests, body types, and ability levels engaging in wellness activities. All services are to be performed in accordance with the regulations, codes and or laws established by local, State and/or Federal agencies. 3. Period of Performance: Base - 04/01/2026 - 03/31/2027 OY1 - 04/01/2027 - 03/31/2028 OY2 - 04/01/2028 - 03/31/2029 OY3 - 04/01/2029 - 03/31/2030 OY4 - 04/01/2030 - 03/31/2032 How to Respond: This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required supplies to VA. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to It is requested that interested offerors respond to the following questions: a. Provide a brief summary of your technical capability to meet the requirements, including any relevant experience b. Please provide any existing contract vehicles (GSA FSS, GWAC, T4NG etc. You currently hold for which this requirement would be within scope c. Name of the firm, point of contact, phone number, email address, SAM UIE number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the corresponding NAICS code. Small businesses should also include information as to: 1)The intent and ability to meet set-aside requirements for performance of this effort, if applicable 2)Information as to proposed teaming arrangements, the percentage of work each is to perform and which requirements are planned to be subcontracted, if applicable 3)In accordance with FAR 52.219-14, Limitations on Subcontracting indicate whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% requirement. RESPONSE SUBMISSION Please submit responses via email to Matthew.Lee5@va.gov by 5:00 PM CST, FEB. 23, 2026. VA reserves the right not to respond to any or all emails or materials submitted. End of Document

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.