Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2026 SAM #8872
SOURCES SOUGHT

70 -- Licensed Provider Locator Service

Notice Date
3/10/2026 12:19:27 PM
 
Notice Type
Sources Sought
 
NAICS
519290 —
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
VA-26MC0310-PLS
 
Response Due
3/23/2026 8:30:00 AM
 
Archive Date
04/07/2026
 
Point of Contact
Michael Collins
 
E-Mail Address
Michael.Collins7@va.gov
(Michael.Collins7@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information/Sources Sought Notice This Request for Information (RFI) / Sources Sought Notice (SSN) is issued solely for planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. Responses to this RFI/SSN are strictly for requirement development and market research purposes and the responses will be used by the U.S. Government to make appropriate acquisition decisions. This RFI does not commit the U.S. Government to contract for any supply or service whatsoever. Further, the U.S. Government is not at this time seeking a solicitation response and will not accept unsolicited responses in the form of a quote, proposal, or bid. Responses will not be provided to inquiries/questions. Interested parties are advised that the U.S. Government will not pay for any costs incurred in response to this RFI/SSN. All costs associated with responding to this RFI/SSN will be solely at the interested party�s expense. Submittals will not be returned. Not responding to this RFI/SSN does not preclude participation in any future solicitation, if any is issued. All questions and responses to this RFI/SSN shall be e-mailed to the individuals identified in the announcement and GSA response portal as applicable. No phone calls will be accepted. The U.S Government may request follow up information or a meeting if necessary. Submittal Information: Interested parties having the necessary expertise to perform the stated requirements may submit a response of no more than 8 pages in length, single spaced, size 12 font, 1� margins. Any pages in excess may not be reviewed. All pages submitted count towards the page limitation. If Ai is involved in creating a response, there should be a clear indication of how Ai was used. The use of Ai should primarily be confined to enhancing the clarity of the response. Qualifications and General Information: Provide the following information: Entity name, address, phone, email, SAM Unique Entity ID, Type of Business, Business Size (i.e. LARGE, MALL, VOSB/SDVOSB, etc.) and Points of Contact. If your entity is a Veteran Owned or Service Disabled Veteran Owned Small Business (VOSB/SDVOSB), and if so, status of certification with SBA VetCert. Provide a brief statement of core business competencies and why your organization is suitable for meeting the requirements outlined in the DRAFT Performance Work Statement. Provide any relevant information to help determine if the requirement is commercially available, including any existing pricing information, basis for pricing information (e.g., market pricing, catalog pricing, historical pricing, etc.), delivery schedules, customary terms and conditions, warranties, etc. Identify whether your business is interested in competing for this requirement as a prime contractor or not. Identify existing subcontracting, joint ventures, or teaming arrangement that would be included. Identify if you have a General Services Administration Federal Supply Schedule that falls within the scope of the DRAFT Performance Work Statement or any other ordering vehicle the VA could use? The Government is not seeing submissions of general �Spec-Sheets� or mass produced capability documents, nor responses that do not demonstrate specific capability in meeting the requirements. Requirement Comments and Questions: Do you have any input regarding the DRAFT Performance Work Statement? Please provide any comments using the Microsoft Word Comment tool with your response. What NAICS, MAS or PSC code would you recommend if different than the announcement and why? Are you a VA Integrated Healthcare Transformation (IHT) IDIQ Contract Holder? Experience: Provide the following information for similar projects completed or ongoing for which the entity was/is a prime or subcontractor. The title, scope, and dollar value of the project. The prime contract type. The name, telephone and/or email address for the customer point of contact. A brief description (no more than a few paragraphs) of the project and why it is relevant (in scope and size) to this requirement, including difficulties and successes. The respondent�s role and services provided for the project. This notice is cross-posted on www.SAM.gov and GSA. Only one response is necessary to either of the announcements. Replies may be sent to: michael.collins7@va.gov. ATTACHMENT: PWS - DRAFT
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5fcee5f9a46f44719342a8deada1a691/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07740824-F 20260312/260310230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.