Federal Bid

Last Updated on 12 Mar 2025 at 6 PM
Combined Synopsis/Solicitation
Vancouver Washington

DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20

Solicitation ID 36C26025Q0314
Posted Date 12 Mar 2025 at 6 PM
Archive Date 15 Apr 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 260-Network Contract Office 20 (36c260)
Agency Department Of Veterans Affairs
Location Vancouver Washington United states 98661
This is a combined synopsis/solicitation for commercial products and commercial services as prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented in the attached Request for Quotation (RFQ). This announcement constitutes the only solicitation. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. This announcement constitutes the only solicitation. The solicitation number is 36C26025Q0314 and is attached. This solicitation is total set aside for service-disabled veteran-owned small businesses (SDVOSBs). The associated North American Industrial Classification System (NAICS) code for this procurement is 513210, Software Publishers, with a small business size standard of $47 Million. NAICS code is not subject to a waiver. The FSC/PSC is DA10, IT and Telecom Business Applications/Application Development Software As A Service. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 20 is seeking to purchase Vaultara licensing and support services. This is a Brand Name or Equal procurement. Service Location: Veterans Integrated Service Network 20 ** Multiple Locations within VISN 20 ** ** See Statement of Work for locations ** 1601 E. Fourth Plain Boulevard Vancouver, WA 98661 The period of performance will be a one-year firm fixed contract. Base Year: 09/30/2025 09/29/2026 Award will be based upon the evaluation factors listed in Section E of the attached RFQ. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. Offers must be emailed to Jennifer Robles [email protected] and received no later than 3PM Mountain Standard Time on 03/26/2025. Any questions or concerns regarding this solicitation should be forwarded in writing via email to Jennifer Robles [email protected]. No late quotations will be accepted.
Bid Protests Not Available