VA Office of Inspector General (VA OIG) Office of Investigations Case Management (OICM) Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The VA Office of Inspector General (VA OIG) is conducting market research through a Request for Information (RFI) for Office of Investigations Case Management (OICM) Services. The RFI seeks to identify commercial off-the-shelf (COTS) investigative case management systems/solutions. Capability Packages are due by April 09, 2026, at 1:00 PM EST.
Purpose
This RFI is for information and market research purposes only, as per FAR 10.001. The VA OIG aims to determine the commercial availability of vendors capable of providing a COTS Investigative Case Management System/solution. Responses may inform future solicitations.
Scope of Work
The requirement is for a COTS Investigative Case Management System (ICMS) to modernize the Office of Investigations' current system, serving as the official system of record. The contractor will provide software licensing and services for installation, configuration, deployment, maintenance, and training. Key capabilities include creating, maintaining, and retrieving investigation data, generating reports, and managing evidence. The system must support 325 concurrent users, offer 99.9% uptime, and provide at least 10 TB of storage with dynamic scaling.
Key Requirements
The COTS ICMS must be either FedRAMP Authorized (Moderate or higher) or capable of deployment on a customer-provided, single-agency private cloud. It must comply with federal security, privacy, and technical directives, including Section 508, FISMA, NIST, and OMB M-21-31. The system should feature a highly configurable interface, document management, workflow and reporting, data migration, and advanced analytics capabilities.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Period of Performance: One 12-month base period and four 12-month option periods.
- Set-Aside: None specified (market research stage).
- Capability Package Due: April 09, 2026, 1:00 PM EST.
- Questions Due: March 25, 2026, 3:00 PM EST.
- Published: March 30, 2026.
Submission Details
Vendors must submit electronic Capability Packages via email, not exceeding 25 pages (excluding cover, TOC, charts, graphs, tables, past performance, and marketing materials). Packages should include company information (UEI, NAICS, business size, GSA/GWAC availability), ROM pricing, up to three past government experiences, teaming plans, product name, manufacturer/reseller status, FedRAMP/cloud deployment details, and licensing structure. Vendors are also requested to confirm participation in a virtual product demonstration (max 3 hours, 4 individuals).
Additional Notes
This RFI is not a solicitation, and no award will be issued from responses. The government will not pay for RFI response costs or provide feedback beyond acknowledgment of receipt.