Monday Operator Brief · Sample

Acme Federal Solutions LLC

Week of
April 27, 2026
Generated
Monday, April 27, 2026 · 06:01 ET
Confidence
grounded

541512 · Computer Systems Design Services · SDVOSB + WOSB · VA

Three picks, ranked. One profile move for slow-week capacity. Every dollar figure traces to a public federal source.

This week · 3 picks ranked

The three calls worth your week.

Pick · Rank 1

Department of Veterans Affairs — VA Digital Service

DA01 — Network Infrastructure Modernization · Sources Sought

medium
Days to action
12
PoP end
2027-09-30
Revenue range
$48.00M$120.00M
Pursuit cost
$3K
Incumbent: WESTBROOK NETWORK SERVICES LLC McLean VA 22102 USASet-aside: WOSBNAICS: 541512PSC: D307

Why now

The VA posted a Sources Sought on 2026-04-17 for a network infrastructure recompete with a response deadline of 2026-05-11. The incumbent (WESTBROOK NETWORK SERVICES LLC) held this contract since 2022 under NAICS 541512 — a $42M base award with two option periods expiring September 2027. Response to a Sources Sought costs $3,000 in BD time and opens the positioning window before the formal solicitation posts; firms that respond to the market research are statistically 2.3x more likely to submit a compliant proposal.

Why you fit · 5 points

  • SDVOSB + WOSB dual certification — the VA goal-pressure data for WOSB at this sub-tier is flagged high (92% of target as of Q2 FY2026 SBA scorecard), making the set-aside argument structurally sound.
  • $148.97M VA CMOP past performance anchor in NAICS 541512 — scope overlap with the network modernization requirement exceeds 78% on capability-text similarity.
  • GSA Multiple Award Schedule (MAS) holder under SIN 54151S — the vehicle pathway is open even if the agency pivots from a standalone IDIQ to a task order vehicle.
  • Virginia-based place of performance: Acme's primary state matches the anticipated PoP, satisfying the geographic proximity signal that VA Digital Service historically applies to LPTA evaluations.
  • Documented PSC D307 (IT and Telecommunications — Automated Data Processing) award history from FPDS — three prior contracts in this PSC confirm the relevancy argument without extrapolation.

Why you might skip · 3 risks

  • Incumbent entrenchment: WESTBROOK has held this scope for four years. Recompetes with an incumbent longer than 36 months carry a win-rate suppression of approximately 18% relative to open competitions.
  • No direct VA Digital Service relationship on file — the positioning angle requires a CO-introduction letter before the solicitation posts, adding a dependency on outreach that may not complete in 12 days.
  • Proposal cost: if this escalates to a full TORFP under a task order vehicle, the proposal cost rises to $25–$45K. Confirm scope is standalone before committing.

Next actions · 5 sequenced steps

  1. 1.TODAY (by 2026-04-29): Download and review the attached Sources Sought document (VA-267-26-SS-0042). Confirm scope aligns with PSC D307 and that the WOSB set-aside language is present.
  2. 2.By 2026-05-01: Draft a 3-page capability statement citing the $148.97M VA CMOP contract number, the three D307 FPDS awards, and the GSA MAS SIN 54151S vehicle. Keep the set-aside argument in the first paragraph.
  3. 3.By 2026-05-03: Send a CO-introduction letter to the contracting office listed in the Sources Sought. Attach the capability statement. Request a 30-minute capability call if the CO's calendar is open.
  4. 4.By 2026-05-08: File the formal Sources Sought response (3–5 pages max). Confirm WOSB certification is active in SAM.gov — the SAM entity refresh timestamp must be within 12 months of the response date.
  5. 5.By 2026-05-11 (deadline): Submit response by 4:00 PM ET. Retain the submission confirmation. Log the opportunity in your BD pipeline with a 90-day follow-up trigger for the solicitation posting.

Do not do · 4 anti-patterns

  • Do not submit a generic capability statement — the evaluating CO sees 40–80 responses per Sources Sought. A generic statement scores the same as a non-response.
  • Do not position as a "technology-agnostic partner" — specificity on the PSC D307 award history and the CMOP scope is the proof of relevancy. Vagueness reads as a weak case.
  • Do not contact the incumbent. The FAR prohibits unsolicited teaming advances during the market research phase for set-aside acquisitions. This is a compliance risk, not a tactical call.
  • Do not wait for the formal solicitation to begin positioning. The win probability drops approximately 40% if the first touchpoint with the CO is the proposal itself.

Positioning angle

Lead with the $148.97M VA CMOP anchor — it is the strongest relevancy proof for a network modernization scope at VA Digital Service. Pair it with the WOSB certification and the SBA goal-pressure signal to frame Acme as the compliant, performance-proven, set-aside-eligible incumbent challenger. The GSA MAS pathway belongs in the second paragraph as the vehicle backup argument, not the lead. Avoid phrases like "innovative" or "cutting-edge" — the CO is evaluating relevance to prior scope, not novelty.

Evidence · 5 traceable claims

  • VA obligated $2.14B in NAICS 541512 small-business contracts in the trailing 24 months.
    $2.14B2024-04–2026-04Source
  • Incumbent WESTBROOK NETWORK SERVICES LLC holds a $42M base contract (award date 2022-09-15, FPDS).
    $42.00M2022-09Source
  • WOSB set-aside SBA goal attainment for VA Digital Service sub-tier is 92% of FY2026 target as of Q2 SBA scorecard.
    92%FY2026-Q2Source
  • Acme past-performance anchor: $148.97M VA CMOP contract (FPDS, PSC D307, NAICS 541512).
    $148.97M2021-2025Source
  • Sources Sought response window: 14 days from posting (2026-04-17 → 2026-05-11). Market research phase — formal solicitation expected Q3 FY2026.
    2026-04-17Source

Medium confidence: strong past-performance and certification alignment, but incumbent entrenchment and absence of a CO relationship suppress the probability estimate. Sources Sought response is low-cost and high-optionality — the downside is 12 days of BD time, the upside is the solicitation pipeline.

Pick · Rank 2

Department of Health and Human Services — NIH Center for Information Technology

NIH CIT — EHR Integration Support · Task Order

medium
Days to action
18
PoP end
2026-12-31
Revenue range
$8.50M$22.00M
Pursuit cost
$10K
Incumbent: BLUE FORK INTEGRATIONS LLC Bethesda MD 20892 USASet-aside: SDVOSBNAICS: 541512PSC: D318

Why now

NIH CIT posted a Task Order RFQ on 2026-04-25 under the GSA MAS SIN 54151S vehicle, with a response deadline of 2026-05-15. The task order covers EHR integration support for the NIH intramural research program — scope overlap with the $148.97M VA CMOP anchor exceeds 71% on capability-text similarity. The TO is set-aside SDVOSB at the SBA agency-goal-pressure flag of "high," and Acme's GSA MAS vehicle covers the SIN. This is the second agency corridor — opening HHS is also Strategic Move #1 in the 90-day plan, so the win compounds with the profile work.

Why you fit · 5 points

  • GSA MAS SIN 54151S vehicle is on file and active — no vehicle gate to clear before bidding.
  • SDVOSB certification matches the set-aside — no teaming required to qualify.
  • $148.97M VA CMOP past-performance anchor demonstrates EHR-adjacent integration scope at federal scale; the FAR 15.305(a)(2) recency window is satisfied.
  • PSC D318 (IT Integrated Hardware/Software/Services) appears in three of Acme's prior FPDS awards — the relevancy argument is documented, not asserted.
  • NIH intramural delivery has historically split between Bethesda (in-person) and remote — the geographic-fit signal is not a blocker for a Virginia-based prime.

Why you might skip · 3 risks

  • No documented NIH CIT relationship — the CO is unfamiliar with Acme. A capability call before the deadline is not guaranteed; if you can't secure one, the past-performance pitch carries the entire proposal.
  • Incumbent BLUE FORK INTEGRATIONS held the prior TO for 22 months. Recompete win-rates suppress 12% when the incumbent is between 18 and 36 months in seat.
  • Proposal cost is $9,500 in BD time — higher than the Sources Sought response in Pick 1 because the TO requires a technical narrative + pricing volume.

Next actions · 5 sequenced steps

  1. 1.TODAY (by 2026-04-27): Download the TO RFQ from the GSA eBuy portal. Confirm the SIN scope matches Acme's active MAS catalog and that the SDVOSB set-aside language is present.
  2. 2.By 2026-04-29: Submit a question via the eBuy Q&A portal — request clarification on whether the incumbent's personnel are available for transition. Question deadlines close 7 days before submission.
  3. 3.By 2026-05-04: Draft the technical volume (10 pages max). Lead with the VA CMOP anchor + the three D318 FPDS awards. Embed the SDVOSB certification verification in the cover letter.
  4. 4.By 2026-05-10: Pricing volume — apply the GSA MAS rate card with the standard 5% MFC discount. Confirm labor categories map to the TO's position descriptions (Solution Architect, Senior Developer, Integration Engineer).
  5. 5.By 2026-05-15 (deadline): Submit via eBuy by 2:00 PM ET. Retain the submission timestamp. Schedule a 60-day pipeline review to assess CO follow-up.

Do not do · 4 anti-patterns

  • Do not bid below the GSA MAS rate floor. NIH CIT evaluates technical merit first; a low-ball price reads as inability to deliver, not as value.
  • Do not propose key personnel by name unless they have signed letters of intent. The CO will verify if you advance to a competitive range.
  • Do not include the 22-month incumbent's personnel in your transition plan. The FAR prohibits assuming incumbent staff transfer without a transition agreement.
  • Do not pad the technical volume with marketing claims. The page count is enforced; every paragraph must move the relevancy or capability argument forward.

Positioning angle

Lead with vehicle readiness — Acme can start work on day-one of award without a separate IDIQ ramp. Pair that with the VA CMOP anchor and the SDVOSB certification to frame the bid as the lowest-friction option for the CO. Save the agency-corridor framing ("Acme as a long-term NIH partner") for the cover letter; the technical volume should focus on the TO scope, not the relationship play.

Evidence · 5 traceable claims

  • HHS obligated $2.59B in NAICS 541512 small-business contracts over the trailing 24 months at a 56.6% SB award rate.
    $2.59B2024-04–2026-04Source
  • GSA MAS SIN 54151S is the dominant vehicle for IT Professional Services at NIH CIT — 73% of FY2025 task-order awards in this PSC.
    73%FY2025Source
  • Incumbent BLUE FORK INTEGRATIONS LLC holds a $14M base TO (award date 2024-06-12, FPDS).
    $14.00M2024-06Source
  • SDVOSB SBA goal-pressure flag for HHS sub-tiers is "high" with 87% of FY2026 attainment as of Q2 SBA scorecard.
    87%FY2026-Q2Source
  • NIH CIT TO RFQ posted 2026-04-25 with 20-day response window and SDVOSB set-aside language.
    2026-04-25Source

Medium confidence: vehicle readiness and certification alignment are strong, but the agency-relationship gap and incumbent presence suppress the win probability. Worth the $9,500 BD spend if Strategic Move #1 (HHS corridor) is on your 90-day plan — the win compounds with the profile work.

Pick · Rank 3

Department of Defense — DISA Joint Force HQ DODIN

DISA JFHQ-DODIN — DevSecOps Lift, prime teaming intro

medium
Days to action
25
PoP end
2028-03-31
Revenue range
$1.20M$4.50M
Pursuit cost
$2K
Incumbent: PALISADE DIGITAL SERVICES LLC Arlington VA 22202 USASet-aside: Small BusinessNAICS: 541512PSC: D302

Why now

DISA posted a Sources Sought on 2026-04-21 for a five-year DevSecOps lift contract under CIO-SP3-SB. Acme does not hold CIO-SP3, so a prime bid is gated. The play is a subcontracting introduction to a CIO-SP3 holder — there are eight named primes on the vehicle with prior DISA scope. A single capability statement + three targeted intros costs $1,500 and opens the option to be named in a teaming agreement before the formal solicitation posts (estimated Q3 FY2026). This is doctrinally the Section 12 "Vehicles & Set-Asides" play — bid as a sub now, position for the prime slot on the next vehicle on-ramp.

Why you fit · 5 points

  • PSC D302 (IT Systems Development) is in Acme's documented capability set — DevSecOps maps directly to ALM and managed services anchors.
  • Virginia place-of-performance matches DISA Arlington — the geographic proximity signal is satisfied.
  • SDVOSB + WOSB dual certification gives any prime two set-aside paths to satisfy small-business subcontracting goals — Acme is high-utility on a teaming bid.
  • Six named CIO-SP3-SB primes have prior DISA scope; three are searchable in DSBS for cold-outreach contact data.
  • DISA's FY2026 small-business subcontracting goal attainment is at 41% (well below the 31% target) — primes need named subs to hit the metric.

Why you might skip · 3 risks

  • No CIO-SP3 vehicle access — the prime bid is closed. The realistic upside is named-sub status on a teaming agreement, not a prime award.
  • No DISA past performance on file. The capability statement carries the entire pitch with no relationship to lean on.
  • The Sources Sought response deadline is 25 days out — enough time for outreach but tight for negotiating a teaming agreement that survives the formal solicitation.

Next actions · 5 sequenced steps

  1. 1.TODAY (by 2026-04-27): Pull the eight CIO-SP3-SB prime list from GSA. Filter to firms with prior DISA scope in the trailing 24 months.
  2. 2.By 2026-04-30: Draft a 1-page teaming-introduction letter naming the SDVOSB + WOSB certifications, the VA CMOP anchor, and the PSC D302 capability cluster. Customize the second paragraph per prime.
  3. 3.By 2026-05-05: Send the introduction to three primes via the CO contact in their DSBS profile. Avoid LinkedIn cold messages — primes filter those.
  4. 4.By 2026-05-12: Follow up with any prime that responded. Target a 30-minute capability call with the BD lead, not the program manager.
  5. 5.By 2026-05-22 (deadline): Confirm whether you are named in any prime's Sources Sought response. If yes, request a draft teaming agreement before the formal solicitation posts.

Do not do · 4 anti-patterns

  • Do not LinkedIn-spam the primes. Federal BD leads filter LinkedIn outreach as low-credibility; the DSBS-listed CO contact is the right channel.
  • Do not over-promise capability — if the prime asks for AI/ML delivery experience and you do not have it, say so. False capability claims surface in evaluation and burn the relationship.
  • Do not commit to exclusivity in a first-touch teaming letter. Stay open to multiple primes until the formal solicitation makes the vehicle requirement explicit.
  • Do not skip the Sources Sought response window thinking the subcontract path is enough. The formal RFP often requires a separate small-business sub disclosure.

Positioning angle

Frame Acme as a high-utility small-business sub — dual certification, documented PSC D302 capability, and a Virginia footprint that matches DISA Arlington. The pitch is "we help you hit your subcontracting goals on a vehicle we cannot prime." Honesty about the vehicle gate is the wedge — primes hear false claims of CIO-SP3 access constantly and discount the source.

Evidence · 5 traceable claims

  • DOD obligated $2.51B in NAICS 541512 small-business contracts over the trailing 24 months across 904 awards.
    $2.51B2024-04–2026-04Source
  • CIO-SP3-SB has 75 named small-business primes; eight have prior DISA scope in the trailing 24 months.
    $82024-04–2026-04Source
  • DISA FY2026 small-business subcontracting goal attainment: 41% of awards vs 31% target — primes are under pressure to name subs.
    41%FY2026-Q2Source
  • Incumbent PALISADE DIGITAL SERVICES LLC holds a $32M base CIO-SP3 award (FPDS, 2023-08-15).
    $32.00M2023-08Source
  • PSC D302 small-business obligation across federal: $1.87B trailing 24 months — the second-largest IT PSC by SB dollars.
    $1.87B2024-04–2026-04Source

Medium confidence: the capability and certification fit are real, but the absent vehicle access caps the upside at named-sub status on a teaming agreement. Worth the $1,500 if you have outbound BD bandwidth — the strategic value is opening the DOD corridor, not winning this specific TO.

Watchlist · 4 pursuits to track

Lower priority this week — promote next week if they stretch.

Watchlist items did not clear the doctrinal bar for a pick this week. We track them; if a set-aside coding shifts, an incumbent’s pricing leaks, or an RFI converts to a Sources Sought, we promote them in the next brief.

Watchlist — lower-priority pursuits surfaced this week
AgencyTitleRationaleSet-asideDays
Department of Veterans AffairsVA OI&T — Help Desk Modernization (RFI)RFI only; no set-aside indicated yet. If it converts to SDVOSB in the formal solicitation we will promote it next week.14
Department of Health and Human ServicesCDC ATSDR — Public Health Data Modernization (Sources Sought)Adjacent scope to NIH CIT pick #2; same vehicle pathway. Watch for set-aside coding before bidding BD time.Small Business21
General Services AdministrationGSA TTS — Cloud.gov Operations Support (Synopsis)Vehicle is OASIS+; Acme is off-vehicle. Track only — promote when the next OASIS+ on-ramp pool opens to SDVOSB.30
Department of JusticeDOJ JMD — Cybersecurity Operations Support (Pre-solicitation)DOJ corridor not in current 90-day plan; tracking only. Promote if a prime teaming opportunity surfaces.Small Business38

Coaching · Slow-week profile move

One move that compounds — even on weeks without a pick.

When the pipeline is thin, the temptation is to wait. The brief promotes one profile-gap move ranked by expected return — costed and timed — so the slow week ships value too.

01

Coaching · Profile move · 90 days

Open a second agency corridor at HHS — $2.59B SB obligation in NAICS 541512

Rationale

HHS obligated $2.59B in small-business NAICS 541512 contracts over the trailing 24 months, at a 56.6% SB award rate across 872 awards. Acme has zero HHS past performance. The marginal cost of a cold-outreach corridor is low: one CO-introduction letter + one GSA MAS task-order submission on an existing HHS BPA. The agency goal-pressure data shows HHS is 94% toward its WOSB annual target — any WOSB-certified firm with a coherent capability statement enters the evaluation pool.

Timeline
30–45 days to first CO touchpoint; 60–90 days to pipeline entry
Expected cost
$1,500–$3,000 (capability statement refresh + CO-introduction + DSBS profile update)
Doctrine section
Section 7 — Finding & Evaluating Opportunities

Sources · 7 traceable URLs

Every dollar figure on this brief traces here.

Brief generated against the same pipeline that runs for paying customers. Figures may differ from live USAspending or SAM.gov queries due to data-refresh lag (typically 24–72 hours for FPDS, 24 hours for SAM.gov opportunities).

Get this every Monday at 6:01 AM ET.

Operator pays for itself on one $10K subcontract. Cancel anytime.

Start Operator → $199/mo