Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

🎯 Free Live Webinar: AI for Government Contracting

Wednesday, February 25 • 2:00 PM EST

Register Free →

7A21--Data Access Services (DAS) InterQual Connect (VA-26-00011338)

Active
36C10B26Q0087Federal

AI Overview

The contract titled "7A21--Data Access Services (DAS) InterQual Connect (VA-26-00011338)" is managed by the Technology Acquisition Center Nj (36C10B) located in Eatontown, NJ. It falls under NAICS code 541519, which typically covers computer systems design and related services. The solicitation was posted on February 2, 2026, with a response deadline set for February 6, 2026, at 3:00 PM. This contract is classified as a combined type, with no specified set-aside designation. The contract involves providing data access services related to InterQual Connect, implying a focus on health-related data or decision support tools. Points of contact for this contract include Kimberly Geran and Ryan Sehulster from the VA, with Harold Nice serving as a primary contact. The office managing the procurement is identified as an official office within the Technology Acquisition Center. While the specific place of performance is not detailed, the organizational and contact information indicates coordination through the New Jersey-based office. Interested parties can view more details and engage via the provided SAM.gov workspace link.

General Information

Data Access Services contract for InterQual Connect by Technology Acquisition Center NJ, deadline Feb 6, 2026.

NAICS Code

541519 - Other Computer Related Services

View NAICS

Set-Aside

None specified

Agency

Department Of Veterans Affairs → Technology Acquisition Center Nj (36C10B)

View Agency

Place of Performance

NJ

Contract Documents

4 files

Solicitation 36C10B26Q0087 Data Access Services (DAS) InterQual Connect

DOCX2 pagesrfp
Key Document
Download

RFQ 36C10B26Q0087 Data Access Services InterQual Connect

PDF28 pagesrfq
Key Document
Download

RFQ 36C10B26Q0087 Data Access Services InterQual Connect

PDF28 pagesrfq
Key Document
Download

Amendment to RFQ 36C10B26Q0087 - Extension of Response Due Date

DOCX2 pagesamendment
Key Document
Download

AI Contract Breakdown

Uniform Contract Format
A - Solicitation/Contract FormAvailable
B - Supplies or Services and Prices/CostsAvailable
C - Description/Specifications/Statement of WorkAvailable
D - Packaging and MarkingAvailable
E - Inspection and AcceptanceAvailable
F - Deliveries or PerformanceAvailable
G - Contract Administration DataAvailable
H - Special Contract RequirementsAvailable
I - Contract ClausesAvailable
J - List of AttachmentsAvailable
K - Representations, Certifications, and Other Statements of Offerors or RespondentsAvailable
L - Instructions, Conditions, and Notices to Offerors or RespondentsAvailable
M - Evaluation Factors for AwardAvailable

Sign up to view the full breakdown with detailed analysis of each section.

Timeline

1 update
Current Phase

Combined Synopsis

Posted

Combined Synopsis

Amendment 1

Contract was updated

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information

Organization / Agency

Department Of Veterans Affairs → Technology Acquisition Center Nj (36C10B)

Contacts

1 person available

Full Description

CONTINUATION PAGE The purpose of this amendment to the RFQ is to extend the due date for all responses to Tuesday February 10, 2026, at 10:00AM EST.

Similar Contracts

NAICS: 541519
New
Federal

6515--Brand Name: Philips Intellivue MX40 Wearable Monitors

The Department of Veterans Affairs Network Contracting Office 4 intends to replace brand name PHILIPS IntelliVue MX40 Telepacks at the VA Pittsburgh Healthcare System. This pre-solicitation notice, with a solicitation anticipated to be posted around February 27, 2026, invites interested parties to monitor official government contracting websites for the full solicitation package. The procurement falls under NAICS code 541519, with a size standard of $34 million, but the business size designation for this contract has not yet been determined. Potential offerors are required to submit written questions by February 20, 2026, and must register in the System for Award Management to be eligible. The equipment needed includes twelve units of the MX40 1.4 GHz Smart Hopping Telepacks with enhanced features such as arrhythmia detection, impedance respiration monitoring, and ECG plus fast SpO2 capabilities. Interested firms are asked to provide detailed information on their socio-economic status, including small business designations, veteran-owned status, and government contract experience, as well as a capability statement, product literature, and relevant authorizations or sole source letters. All communication must be directed to the designated contract specialist, and no obligations or commitments are made by this notice regarding contract awards or proposal costs.

244-NETWORK Contract Office 4 (36C244)

POSTED

3 days ago

DEADLINE

in 12 days

View Details
NAICS: 541519
New
Federal

FA830726RB019 - SBOM Vulnerability Scanning RFI

The Air Force Lifecycle Management Center’s Cryptologic and Cyber Systems Division has issued a Request for Information (RFI) to gather market intelligence and support acquisition planning related to a Software Bill of Materials (SBOM) Generation and Vulnerability Analysis solution. This RFI is not a solicitation or bid invitation but aims to identify potential commercial software license providers that can meet the requirements outlined in a Draft Statement of Work. Interested parties are invited to submit white papers detailing their company information, including UEI and CAGE codes, contract vehicles, points of contact, and a brief narrative explaining how their software solutions address the government’s needs. Responses are limited to two pages and must be submitted by February 20, 2026. The anticipated contract would involve the provision of a base one-year software license with four additional one-year option periods, covering a performance period from August 1, 2026, through July 31, 2031. The product offered must be commercially available and compliant with the specifications set forth in the draft SOW for vulnerability scanning and SBOM generation. The government emphasizes that no contract award or payment will result from this RFI and that submissions will not be returned. The responses will inform the government’s acquisition strategy for this cybersecurity capability, with points of contact available within the Platform One License Management Team and the Contracting Officer at the Air Force office in San Antonio, Texas.

FA8307 Aflcmc Hnck C3IN

POSTED

3 days ago

DEADLINE

in 11 days

View Details