Opportunity
SAM #36C10B26Q0349
VA Seeks Walsh QA Inspection Platform Licenses, Services, and Consumables for Bay Pines EMS
Buyer
VA Technology Acquisition Center
Posted
April 15, 2026
Respond By
April 22, 2026
Identifier
36C10B26Q0349
NAICS
541512, 541519, 541513
The Department of Veterans Affairs (VA) is seeking annual software licenses, services, and consumables for the Walsh QA Inspection Platform to support Environmental Management Service (EMS) operations at the Bay Pines VA Healthcare System. - Government Buyer: - Department of Veterans Affairs (VA), Environmental Management Service, Bay Pines VA Healthcare System - Technology Acquisition Center NJ (contracting office) - OEM Highlight: - Walsh is the sole OEM and brand specified for all software and system extensions - Products and Quantities: - Walsh QA Inspector (1 unit, part #1101): 3 customizable checklists, 1 account, web portal follow-up & reports - Additional Checklists (14 units, part #1115): software license - Walsh Pest Control Manager (1 unit, part #1104): 2 customizable checklists, 1 account, web portal follow-up & reports - Walsh Linen Management Program (1 unit, part #WLINEN): 1 account, 2 checklists, ongoing monitoring, weekly meetings - Inspectors Licenses (48 units, part #1112): software license - Operator User Licenses (110 units, part #1120): software license - Walsh Housekeeper Task Management System (1 unit, part #1105): 3 customizable checklists, 1 account, web portal follow-up & reporting access - UltraSnap ATP swabs (240 boxes, part #ATPUS2020): consumables (100/box) - Services Requested: - Walsh Quality Success Manager (10 hours/month, part #WQSM) - Walsh Enhanced Reporting Program (part #WERP) - EVS Tech Task Management, New Hires & Refresh On-site Training (2 packages, part #WHTMSTRAIN): 3 days, 2 trainers, every 6 months - Supervisors New Hire & Refresh On-site Training (1 package, part #WREFRESH): 3 days, 2 trainers, annual - Notable Requirements: - Brand name only (Walsh) for all software and system extensions - Recurring on-site training and technical support required - Consumables (UltraSnap ATP swabs) included for QA operations - Period of Performance: - 12-month base period with one 12-month option period - Places of Performance and Delivery: - Bay Pines VA Healthcare System (10000 Bay Pines Blvd., Bldg. 37, Room 102, Bay Pines, FL 33744) - Cape Coral facilities - Technology Acquisition Center NJ (contracting office, Eatontown, NJ)
Description
Department of Veterans Affairs (VA) Walsh Software Licenses and Services Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
The purpose of this Request for Information (RFI) is to identify qualified vendors capable of meeting the Department of Veterans Affairs (VA) requirements for the brand name Walsh QA Inspection Platform. This effort ensures uninterrupted functionality of the existing quality assurance and environmental inspection system operated by the Environmental Management Service (EMS) at the Bay Pines VA Healthcare System. Originally procured in 2019 and deployed across the Bay Pines and Cape Coral facilities, the Walsh platform supports four critical EMS programs with customizable checklists, account management, web portal follow-ups, dashboards, and reporting tools. The system also includes 14 additional checklists, 48 inspector licenses, and 110 operator user licenses vital to EMS operations. Please refer to the draft Product Description for further details.
The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response.
RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI.
Provide the following information:
Provide Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Brief summary describing your company s technical approach to meeting the requirements, to include:
List any previous or existing contracts you have with the VA where similar work was performed to this requirement. Also, is there an existing contract vehicle you recommend be used for this procurement? Does the draft Product Description (PD) provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments/recommendations/questions on elements of the draft outline that may contribute to a more accurate proposal submission and efficient, cost-effective effort. If your company is a Small Business, also include the following: The intent and ability to meet set-aside requirements for performance of this effort. Information as to proposed team members, the percentage of work each is to perform, and which PD requirements would be subcontracted.
Responses are due at 10:00 AM EST, April 22, 2026. Submit your responses directly to Ana Subashi ana.subashi@va.gov.
Should you have any questions, please reach out to:
Contract Specialist: Ana Subashi. ana.subashi@va.gov AND Contracting Officer: Kendra Casebolt. kendra.casebolt@va.gov
All responsible sources may submit a response in accordance with the following:
All proprietary/company confidential material shall be clearly marked on every page that contains such.
Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement.
Please keep your response to no more than 6 pages.