SPECIAL NOTICE
D -- Payment Integrity Validation and Oversight Tool (PIVOT) (VA-26-00015670) RFI Extension
- Notice Date
- 11/20/2025 11:40:19 AM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B26Q0072
- Response Due
- 12/1/2025 9:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- Felica Griffin, Contract Specialist, Phone: 848-377-5107
- E-Mail Address
-
Felica.Griffin@va.gov
(Felica.Griffin@va.gov)
- Awardee
- null
- Description
- Request for Information Payment Integrity Validation and Oversight Tool (PIVOT) TAC RFI Number: 36C10B26Q0072 Due date Extended to 12/1/2025 Introduction This RFI is for planning 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 into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. 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 North American Industry Classification System (NAICS) for this requirement is DA10. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. 2. Submittal Information: All responsible sources may submit a response in accordance with the information below. There is a page limitation for this RFI of 40 pages. The Government will not review any other information or attachments included, that are in excess of the 40 page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in VIP. NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Existing Contractual Vehicles (GWAC, FSS, or MAC) Indicate your size status under NAICS (code TBD). Identify existing contract vehicles (GSA, T4NG, NASA SEWP V, etc.) in which you are a contract holder that can be utilized to procure these services. Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas if your approach is a SaaS Solution: Detail your company s capabilities and experience supporting federal agencies in providing a Software as a Service (SaaS) product, and how your SaaS product can satisfy the requirements listed in the PWS. Include examples of federal experience implementing your SaaS product (specific examples or references provided must include the agency, point of contact, dollar value, and contract number). Detail your company s SaaS product cloud infrastructure and accessibility from various client devices through either a thin client interface, such as a web browser (e.g., web-based email) or a program interface.� The system shall not require download of software to VA computers. The VA shall not manage or control the underlying cloud infrastructure including network, servers, operating systems, storage or individual application capabilities. The system shall be vendor or third-party hosted and require no servers within VA. Please validate that your proposed SaaS product is SaaS in accordance with the NIST 800-145 definition and describe its hosting environment. Please detail any interfacing or custom development that your SaaS product requires ahead of go-live. Can your company s proposed SaaS product meet all PWS requirements without developing an interface or performing any kind of custom development? Please describe your company s willingness and ability to adopt and incorporate customer feedback in the product roadmap of your proposed SaaS product. Please describe your pricing model to include the threshold for named user subscriptions vs. an enterprise/site subscription.� Is your pricing model driven by total users, concurrent users, transaction-based, number of records, etc? Are any additional services needed outside of the subscription model (e.g., configuration to meet functional requirements, data storage, data migration, additional features)? If so, please provide the items and proposed price for these additional services. Please provide separate Rough Orders of Magnitude (ROMs) for the SaaS product in accordance with PWS sections 5.0 to 5.10. For the SaaS portion of this effort, VA intends on providing limited payment until the SaaS product has achieved a FedRAMP Authorization and a VA Authority to Operate (ATO).� Once approved by the VA Authorizing Official, VA intends on setting up a subscription payment for the duration of the base period and option periods, if exercised.� Do you concur or propose different payment terms? The Contractor shall comply with FedRAMP requirements as mandated by Federal laws and policies, including making available any documentation, physical access, and logical access needed to support this requirement. Is your company s SaaS product FedRAMP Authorized? If yes, at what impact level? If not, are you willing and ready to begin the processes and documentation required to become FedRAMP Authorized within 30 days of award? Following guidance from the Federal CIO, VA will utilize existing JAB ATO or agency ATO issued by another agency as a starting point for FedRAMP requirements. If neither of those exist, VA will sponsor FedRAMP ATO. VA will be using the FedRAMP baselines as a starting point, since they are specifically tailored for cloud services. Does your company s SaaS product have an ATO from any federal agency? Detail your company s support Service Level Agreements (SLAs) for all tiers of service. What was your uptime rate during the past 12 months? Describe your standard release and patch cycle. Approximately how much time in calendar days will your company require to integrate the SaaS product with VA required systems to achieve MVP? Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas if your approach is hosted in the VA Enterprise Cloud: Technical Compatibility and Integration Can your solution be fully integrated with existing VA enterprise cloud infrastructure and services? Please provide details on the compatibility and any necessary configurations. Describe the architecture of your proposed solution and how it will deploy on the VA enterprise cloud. What are the technical requirements and any dependencies for hosting your tool on the VA enterprise cloud? Security and Compliance How does your solution ensure compliance with VA's security standards and policies, including those for handling PHI and other sensitive data? Describe your approach to data encryption, both in transit and at rest, within the VA enterprise cloud infrastructure. How does your tool comply with federal regulations such as FISMA, HIPAA, and FedRAMP? Performance and Scalability Describe the scalability of your solution in the VA enterprise cloud environment. How will it handle increasing workloads and data volumes? What is your approach to ensuring high availability and disaster recovery for your tool within the VA enterprise cloud? Provide performance benchmarks and testing results that demonstrate your solution's efficiency and reliability when hosted on a cloud platform. Deployment and Support What is the estimated timeline for deploying your payment integrity validation and oversight tool in the VA enterprise cloud? Approximately how much time in calendar days will your company require to integrate the Enterprise Cloud product with VA required systems to achieve MVP? Outline the support services you provide, including initial setup, ongoing maintenance, and troubleshooting specific to a cloud-hosted environment. Describe any training or documentation you offer to VA personnel to ensure effective use and management of the tool. Data Handling and Migration Explain your process for migrating existing data into your tool hosted on the VA enterprise cloud. What measures are in place to ensure data integrity and security during migration? How does your solution handle data backups and recovery in the cloud environment? Describe your data retention and deletion policies, including how they align with VA s data governance requirements. Cost and Licensing Provide a detailed cost breakdown for hosting and using your payment integrity validation and oversight tool on the VA enterprise cloud in accordance with PWS sections 5.0 to 5.10. What are your licensing models, and how do they accommodate VA s needs for scalability and flexibility? Are there any additional costs associated with cloud-specific features or services required for your solution? Case Studies and References Provide case studies or examples of similar deployments of your tool in other federal or healthcare cloud environments. Can you supply references from current clients utilizing your solution in a cloud-hosted setup, preferably within a government or healthcare context? Has the draft PWS provided sufficient detail to describe the technical/functional requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer the next question) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Responses are due no later than December 1 @12pm via email to Felica Griffin, at Felica.Griffin@va.gov. Please note 36C10B26Q0072 in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e2a5cb6f6b3482d8df3e9a217d478fd/view)
- Record
- SN07647456-F 20251122/251120230035 (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 |