Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOLICITATION NOTICE

D -- 36C10B26Q0170 | RECOMPETE-eDiscovery: Software as a Service and Maintenance | VA-26-00011700 | AUG

Notice Date
3/12/2026 9:55:59 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B26Q0170
 
Response Due
3/25/2026 2:00:00 PM
 
Archive Date
07/02/2026
 
Point of Contact
WILLIAM WATERHOUSE, CONTRACT SPECIALIST, Phone: 848-377-5097
 
E-Mail Address
William.Waterhouse@va.gov
(William.Waterhouse@va.gov)
 
Awardee
null
 
Description
See attached draft PWS REQUEST FOR INFORMATION eDiscovery Software as a Service (SaaS) & Maintenance Table of Contents Introduction: 2 Executive Order Compliance 2 Requirements: 2 Responses: 3 Secure Software Attestation: 3 Section 508 Requirements: 4 Capability Statement 4 Post RFI Phase 5 Introduction: This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS) or Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a request for information and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Product information, brochures, part numbers, and/or other description information may be included with the submission. Executive Order Compliance Executive Order (EO) titled, Implementing the President s Department of Government Efficiency Cost Efficiency Initiative, dated February 26, 2025, commences a transformation in Federal spending on contracts, grants, and loans to ensure Government spending is transparent and Government employees are accountable to the American public. To comply with this EO, Request for Information responses will now require a response to possible strategies and direction on how the VA can lower spending on future acquisitions. See Capability Statement, 6 below. Requirements: The Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Product Delivery Services (PDS), is conducting market research to identify qualified vendors capable of providing a comprehensive, enterprise scale eDiscovery Software as a Service (SaaS) solution, associated implementation services, training, and ongoing support. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or request for proposal. VA s Office of General Counsel (OGC) and Office of Accountability and Whistleblower Protection (OAWP) require an advanced eDiscovery system able to preserve, collect, process, review, analyze, and produce large volumes of Electronically Stored Information (ESI) in support of litigation, investigations, FOIA responses, and Congressional oversight. The required solution must be capable of processing millions of records under time sensitive, court ordered deadlines, ensuring VA meets its legal obligations and mitigates the risk of sanctions or adverse legal outcomes. The attached Performance Work Statement (PWS) outlines VA s need for a FedRAMP Moderate authorized SaaS platform, supporting full eDiscovery workflows aligned with the Electronic Discovery Reference Model (EDRM). Required capabilities include: Large scale ingestion, indexing, and processing of ESI, including an initial migration of ~300TB from the incumbent system. Robust review, analytics, TAR/AI capabilities, PII/PHI identification and redaction, case management, and secure production. Role based access, Entra ID integration, 2 factor authentication, and compliance with VA security, FISMA, FedRAMP, and Zero Trust requirements. High availability cloud architecture, TIC compliant network connectivity, continuous monitoring, and monthly performance reporting. Comprehensive implementation, training, and 24/7 support services throughout the period of performance. VA is seeking industry feedback on the availability of commercial providers capable of delivering a turnkey eDiscovery SaaS solution that meets the specifications detailed in the PWS. Interested vendors are requested to provide information regarding: Technical capability to meet each major requirement area; Relevant past performance demonstrating similar large scale eDiscovery implementations; SaaS licensing model and pricing structure, including storage, user counts, and optional services; Migration approach, timelines, and tools; Security compliance posture (FedRAMP Moderate authorization, ATO history, continuous monitoring processes); Any recommended refinements to VA s requirement documents that could enhance clarity or competition. Responses to this RFI will assist the Government in refining its acquisition strategy, determining the level of competition available, and validating requirements prior to release of any solicitation. This RFI is not a request for proposal, quotation, or bid, and the Government will not award a contract based solely on responses to this notice. Responses: Please submit a capability statement describing your company s ability to meet the overall requirement described and responses to the questions below. The capability statement shall be limited to 15 pages. Also, please note that the proposed requirement must adhere to EO14028 and NIST guidance for Secure Software Development. Responses to this RFI shall be sent to William Waterhouse, Contract Specialist at William.Waterhouse@va.gov by no later than 03/25/2026 at 5:00 PM Eastern Standard Time. Requesting that a Rough Order of Magnitude be included in your response. Secure Software Attestation: The contractor shall comply with M-22-18 when using third-party software on VA information systems or otherwise affecting the VA information. M-22-18 requires software producers to self-attest that secure software development practices are utilized as outlined by EO 14028 and NIST Guidance. The contractor must provide a self-attestation of compliance with these requirements. A third-party assessment provided by either a certified FedRAMP Third Party Assessor Organization (3PAO) or one approved by the agency shall be acceptable in lieu of a software producer's self-attestation. This requirement is applicable to new purchases, software renewals, and major version changes. Although no documentation is required in response to this RFI, contractors are encouraged to upload attestations in advance of the actual solicitation to the CISA RSAA portal available at: https://softwaresecurity.CISA.gov Section 508 Requirements: The Federal Accessibility Law affecting all Information and Communications Technology (ICT) Procurements (Section 508) is part of the Rehabilitation Act of 1973, which was amended in 1998. It requires that all federal agencies ensure their electronic and information technology is accessible to people with disabilities. This means that employees and members of the public with disabilities must have access to ICT that is comparable to the access available to those without disabilities. Please ensure that the provided software solution complies with 508 Chapter 2: Scoping Requirements . Information about these Section 508 standards can be found at Revised 508 Standards and 255 Guidelines (access-board.gov). Capability Statement Are there any specifications that you believe are unachievable by industry? If so, please state why. What additional information would be needed to provide a firm fixed price quote for each item/task? What are your suggestions or options that could help VA reduce the overall cost of this product / service by approximately 20%, such as alternative approaches, service models, or volume-based pricing? Include the following identification information: Name of Company Address Point of Contact Phone Number Fax Number Email address CAGE/Data Universal Numbering System (DUNS) Number Company Business Size and Status Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Is your company currently providing similar services to any Government agency or other non-Government customers? If so, please identify the agency or non-Government customer. If you are unwilling to share your customers' identity, please address whether your company offers the same or similar services, commercially (outside the federal Government). If possible, please provide any insight or direction of how the VA could save money for this requirement (Maybe we could be procuring this product a different way? Maybe counts could be reduced? Maybe further discounts could be provided?) What contract vehicles do you recommend? Post RFI Phase VA envisions that once RFI responses are reviewed, select responders may be invited to provide a face-to-face or telephonic briefing to VA personnel to answer additional questions with respect to the response given. VA retains sole discretion of whether any post RFI briefings are warranted, and which industry partners may be invited to provide additional market research information. It is the responsibility of interested parties to regularly monitor the SAM.gov Contract Opportunities domain website for updates. The Government will not provide hard copies of the solicitation once issued. Interested parties are responsible for monitoring the website and downloading the solicitation, its attachments, and any amendments from the internet site identified above when/if issued. All information regarding the procurement is provided herein, and no additional information shall be provided at this time. OFFERORS ARE ADVISED THAT THIS REQUIREMENT MAY BE DELAYED, CANCELED, OR REVISED AT ANY TIME
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/00e9f2071fc6425483f79468f8647487/view)
 
Record
SN07742773-F 20260314/260312230043 (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.