Skip to content
Department of Veterans Affairs

DE10--RFI_eCAMS Software Support (VA-25-00090041)

Solicitation: 36C10B26Q0057
Notice ID: f1c09a7d363846629ac88beacce12448
TypeSources SoughtNAICS 541519PSCDE10DepartmentDepartment of Veterans AffairsPostedFeb 02, 2026, 12:00 AM UTCDueNov 03, 2025, 10:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: a. Response deadline: Nov 03, 2025. Industry: NAICS 541519 • PSC DE10.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,409,095)
Deal sizing
$500,000 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
a
Contracting office
Eatontown, NJ • 07724 USA

Point of Contact

Name
Evan.Lee1@va.gov
Email
Matthew.Newell@va.gov
Phone
848-377-5170

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 541519

Description

REQUEST FOR INFORMATION (RFI) INTRODUCTION: THIS IS NOT SOLICITATION. This RFI is issued for information and planning purposes only, do not submit a proposal. There is no obligation for the Government to acquire any products or services described in this RFI. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs (VA) in developing its acquisition strategy and Performance Work Statement (PWS). 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. BACKGROUND The Department of Veterans Affairs (VA), Financial Services Center (FSC) adjudicates and pays healthcare claims from private providers outside of VA's medical facilities. The VA requires a cost and schedule estimate to provide Operations and Maintenance (O&M) and change request (CR) support for our current medical claims adjudication and processing system (eCAMS) for healthcare claims transactions. QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS Responses are solely treated as information for the Government to consider. Direct or indirect costs incurred in response to this RFI are at the expense of the vendor, not the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of a competitive process. It is requested that all companies interested in participating in this effort to note their interest and respond to the areas identified in the Capabilities Statement section below.  Provide a summary of your technical approach to meet the stated objective below. OBJECTIVE The VA is seeking sources that provide software support, including O&M and implement change requests in accordance with the attached draft PWS. In addition, VA is seeking vendors to do the work described in the PWS without invalidating our software license with Acentra Health; which does not grant the VA the right to eCAMS software source code. CAPABILITIES STATEMENT Please provide Point of Contact information (name, email address, address, telephone, and fax numbers). Please identify your company s size status based upon the applicable NAICS code of 541519. If in responding to this RFI, you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort along with detailed supporting rationale. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements needed to meet Federal Acquisition Register or VA Acquisition Register Is your company able to do the work described in the Performance Work Statement (PWS) without invalidating the VA s software license with Acentra Health, Inc.? How long after contract award would your company be ready to perform the work described in the attached PWS? In order to build an appropriate cost estimate, what would be your recommended cost range? Please provide information if services and products are available under any Federal Contract Vehicle, e.g., GWACs, GSA Federal Supply Schedule, T4NG, etc. RESPONSE SUBMISSION Please submit responses via email to Evan Lee, Contract Specialist at Evan.Lee1@va.gov by 2:00 pm Eastern Daylight Time, November 3, 2025. VA reserves the right to not reply to any emails, responses, and/or materials submitted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

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.