DA01--Supply Chain GUI Overlay - New TO (VA-26-00023382)
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: Feb 19, 2026. Industry: NAICS 541511 • PSC DA01.
Market snapshot
Awarded-market signal for NAICS 541511 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541511
Description
36C10B26Q0183 Request for Information Brand Name Document Storage Systems, Inc. Supply Chain Graphical User Interface with Test Instance and Maintenance Support (VA-26-000253382) This is a Request for Information (RFI) only. Do not submit a proposal. This RFI is for planning and market research 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 negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy. 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 Department of Veterans Affairs (VA) is seeking information related to Industry capability in providing for the planned requirement as outlined below which is to renew the brand name maintenance and support for the existing deployed solution. Specifically, VA Office of Information & Technology (OIT), Product Delivery Service (PDS) has a requirement to sustain and renew maintenance for its deployed brand name Document Storage System, Inc. (DSS) Above Participating Provider (APAR)/Advanced Prosthetics Acquisition Tool (APAT) Supply Chain Graphical User Interface (SCGUI) Overlay applications. These Commercial Off the Shelf (COTS) applications are utilized for Veterans Information Systems and Technology Architecture (VistA) users at 141 VA Medical Centers (VAMCs), the Employee Education Services (EES), Consolidated Mail Order Pharmacy (CMOP), as well as a training instance for the Veterans Affairs Acquisition Academy (VAAA). There are currently 84 Large, 26 Medium, and 33 Small facility sizes and 1 VAAA (a total of 144) sites utilizing the SCGUI products which depends on Information Management/Information Technology (IM/IT) Systems to meet mission goals. Additional site(s)/group(s) can be added via an optional task. The operations and maintenance support shall cover all the sites nationally and be based upon the VA facility size. The SCGUI software package provides a tiered control and implementation of standardized national, Veteran Integrated Service Network (VISN), and VAMC business rules, controls, data management and standardization required to perform the functions relating to VistA s Integrated Funds Distribution, Control Point Activity, Accounting and Procurement (IFCAP); General Inventory Package (GIP); Automated Engineering Management System/Medical Equipment Reporting System (AEMS/MERS); Prosthetics Inventory Package (PIP); Prosthetics and Sensory Aids Services (PSAS); Financial Management Business Transformation (FMBT); and Electronic Healthcare Record Modernization (EHRM). It also provides enterprise reporting and data integration services. Under this proposed effort, the Government will renew the annual operations and maintenance, to include such activities as required system fixes, software enhancements, and training for the Supply Chain GUI Overlay enterprise reporting, dashboards, and data integration software packages. The Government also has a potential requirement for Optional Tasks related to providing renewed licenses for test accounts of APAR and APAT. These test accounts will be used to test potential VistA changes due to other VA programs, such as, but not limited to the Electronic Health Record Modernization effort, any newly approved VA modernized Medical Records solution, and/or Financial Management Business Transformation (FMBT) Integrated Financial and Acquisition Management System (iFAMS) program. These test instances will be used to identify how potential VistA changes may impact APAR and APAT usage, and includes code review of MUMPS code. It is requested that all companies interested in participating in this effort please note their interest and submit responses to the items listed below with respect to the attached Draft Performance Work Statement. If interested, please provide the following: Please indicate: Socio-economic size and classification under the North American Industry Classification System (NAICS) Code 541511 with a size standard of $34,000,000.00. Identify current Federal Contracts, with emphasis on Best-in-class contract vehicles, that you provide your services through, and the associated socioeconomic size classification under that vehicle. For Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB), please also indicate whether or not you are verified as an SDVOSB/VOSB under the SBA Small Business Search https://search.certifications.sba.gov/ to assist with requirements noted under the Veterans First Contracting Program. Please respond to the below technical questions posed to Industry as part of this RFI: Please describe your capability to provide the brand name Document Storage System, Inc. (DSS) Above Participating Provider (APAR) and Advanced Prosthetics Acquisition Tool (APAT) licenses and maintenance support for the deployed Supply Chain Graphical User Interface (SCGUI) Overlay package as described in the attached Draft Performance Work Statement. If providing information relative to proposed use of a different, existing Commercial Off-The-Shelf (COTS) brand name solution, please describe: How your proposed brand solution supports end-to-end ordering, acquisition, and tracking of medical supplies, equipment, and prosthetics and how the solution supports integration with the Integrated Funds Distribution, Control Pint Activity, Accounting and Procurement (iFCAP)/Veterans Information Systems and Technical Architecture (VistA) as a data layer. Please provide a description of your brand name COTS solution capability to provide real-time or near-real-time visibility into inventory availability and order status at the point of patient care. If your proposed alternative brand name COTS solution has test instances for that can be used for testing of VA specific mission requirements, such as the Integrated Funds Distribution, Control Point Activity, Accounting and Procurement (IFCAP)/Veterans Information Systems and Technology Architecture (VistA) modernization efforts (Financial Management Business Transformation (FMBT) and or Electronic Health Record Management (EHRM)) in which such changes to IFCAP/VistA can be tested with your proposed solution to ensure the system does not break. The support includes M-Code reviews to identify needed updates to your proposed solution to ensure it continues to work properly. M-Codes are VA codes used in the VA Disability compensation to rate service-connected disabilities CFR Title 38, Part 4. Any maintenance support offering inclusions/offerings (e.g., system fixes, software enhancements, and workflows). The proposed alternative brand name COTS solutions licensing hosting environment offering(s) (e.g, on-premises, cloud based) and pricing structure (e.g., Enterprise, per site, per workstation, per user). Additionally, describe what Government Best-in-Class vehicles this product is offered under. If the solution is offered as a Software-as-a-Service, please describe its FedRAMP designation and status. Detail the steps (e.g. Security scanning, environment buildout, testing, etc.) and projected timeline for establishing and deploying your instance within the VA environment. Please also identify if any custom development services are required as part of that effort. Does the proposed solution have an existing VA Authority to Operate? Instructions for Submitting Questions and the RFI Response: The VA Technology Acquisition Center points of contact for this RFI are Contract Specialist, Dwight Henley and Contracting Officer, Michael Weckesser. Submit any questions to this RFI directly to the below Contracting Officer and Contract Specialist no later than February 17, 2026 at 11AM Eastern Standard Time (EST). RFI responses are to be submitted via email by 2:00PM Eastern Standard Time, Tuesday, February 19, 2026. All responses shall be handled as Market Research and shall not bind the Government in any way.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.