SOLICITATION NOTICE
R -- Acquisition Support Services
- Notice Date
- 9/17/2025 11:59:32 AM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PCAC (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77625Q0290
- Response Due
- 9/17/2026 1:30:00 PM
- Archive Date
- 11/16/2026
- Point of Contact
- Joseph Senkovich, Contracting Officer, Phone: 813-903-4476
- E-Mail Address
-
Joseph.Senkovich2@va.gov
(Joseph.Senkovich2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Pre-Solicitation Notice Other Than Full and Open Competition The Veterans Health Administration (VHA), Program Contracting Activity (PCAC) intends to negotiate on a sole-source basis with Veterans Management Services Inc., a Service-Disabled Veteran Owned Small Business (SDVOSB), for acquisition support services to support PCAC. This project will provide for various types of acquisition support services in support of VHA contracting requirements. The North American Industry Classification System (NAICS) code for this requirement is 541611 with a small business size Standard of $24.5 million. The authority for restricting competition on this requirement is 38 U.S.C. 8127(c), known as the Veterans First Contracting Program, which provides the authority to directly contract with an SDVOSB or a VOSB. The decision to make a sole-source award is a business decision wholly within the discretion of the Government. This notice of intent is not a request for quotes or proposals. No contract award will be made based on quotations or proposals received in response to this notice. No solicitation document exists, and no telephone or email inquiries will be accepted. Any responsible source who believes it can meet the requirement may submit a capability statement to Joseph Senkovich via email at Joseph.Senkovich2@va.gov no later than September 30, 2025, at 3:00pm (ET). A determination not to compete the requirement based upon the responses to this notice is solely within the discretion of the Government. The Government anticipated period of performance for this requirement will begin on 29-Sep-25 and conclude on 28-Sep-26. An earlier start date is possible should the Contractor and the Government come to a mutual agreement prior to 29-Sep-25. This pre-solicitation notice does not constitute a Request for Quote or Request for Proposal. This pre-solicitation notice is being provided IAW with FAR 5.204 Pre-solicitation notices. Disclaimer and Important Notes: No proprietary, classified, confidential, or sensitive information should be included in responses to this notice. This notice does not oblige the Government to award a contract. The Government will not pay for information provided in response to this notice. The Government reserves the right to use information provided by respondents for market research purposes. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8f6141b131e74cda8af93529e8fb8f72/view)
- Place of Performance
- Address: Contractor Facility, Sterling 20165, USA
- Zip Code: 20165
- Country: USA
- Zip Code: 20165
- Record
- SN07594282-F 20250919/250917230040 (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 |