Skip to content
Department of Veterans Affairs

DA10--Oracle Retail and Store Inventory Management (SIM) SaaS Migration (VA-26-00059598)

Solicitation: 36C10B26Q0323
Notice ID: bd4d305a27da4d918bac46c2f26a7dc2
TypeSources SoughtNAICS 541512PSCDA10DepartmentDepartment of Veterans AffairsPostedApr 07, 2026, 12:00 AM UTCDueApr 17, 2026, 05:00 PM UTCCloses in 11 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Apr 17, 2026. Industry: NAICS 541512 • PSC DA10.

Market snapshot

Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.

12-month awarded value
$20,024,280,778
Sector total $5,889,275,371,462 • Share 0.3%
Live
Median
$234,121
P10–P90
$234,121$234,121
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+637157%($20,017,997,239)
Deal sizing
$234,121 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
{"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}
Contracting office
Eatontown, NJ • 07724 USA

Applicable Wage Determinations

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

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Justin Daniel
Email
Justin.Daniel@va.gov
Phone
706-833-7261

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
Office
Not available
Contracting Office Address
Eatontown, NJ
07724 USA

More in NAICS 541512

Description

Request for Information Oracle Retail and Store Inventory Management (SIM) SaaS Migration 36C10B26Q0323 (VA-26-00059598) Introduction This Request for Information (RFI) is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. The North American Industry Classification System (NAICS) for this requirement is 541512- Computer Systems Design Services with a size standard of $34 million. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of (15) pages. The Government will not review any other information or attachments included, that are in excess of the (15) page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in SBA VetCert. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Provide a summary of your capability to meet the requirements contained within the Draft PWS. Please review Attachment A titled RFI Questions for Industry Responses Oracle upgrade and provide responses to Government questions to Industry with your capability statements. Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) VA Notice of Total Set-Aside For Certified SDVOSBs and 13 CFR §125.6, which states the contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. If you are an authorized Oracle distributor, or re-seller please provide authorization letter from the OEM (this letter will not count towards your page limit). Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question g.) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. 3. Response information Responses are due no later than (13:00 EST), (4/17/2026) via email to Contract Specialists Justin Daniel at Justin.Daniel@va.gov and Sean Doyle, at Sean.Doyle@va.gov and Evan Schlisserman, Contracting Officer at Evan.Schlisserman@va.gov. Please note Oracle Retail and Store Inventory Management (SIM) SaaS Migration in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB. **Please note this RFI will be posted at: System For Award Management (SAM.gov). Interested vendors only need to reply to one of these postings.

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.