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.
Department of Veterans Affairs — VA Digital Service
DA01 — Network Infrastructure Modernization · Sources Sought
- Days to action
- 12
- PoP end
- 2027-09-30
- Revenue range
- $48.00M – $120.00M
- Pursuit cost
- $3K
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.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.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.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.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.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.
- Incumbent WESTBROOK NETWORK SERVICES LLC holds a $42M base contract (award date 2022-09-15, FPDS).
- WOSB set-aside SBA goal attainment for VA Digital Service sub-tier is 92% of FY2026 target as of Q2 SBA scorecard.
- Acme past-performance anchor: $148.97M VA CMOP contract (FPDS, PSC D307, NAICS 541512).
- 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.
Department of Health and Human Services — NIH Center for Information Technology
NIH CIT — EHR Integration Support · Task Order
- Days to action
- 18
- PoP end
- 2026-12-31
- Revenue range
- $8.50M – $22.00M
- Pursuit cost
- $10K
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.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.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.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.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.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.
- GSA MAS SIN 54151S is the dominant vehicle for IT Professional Services at NIH CIT — 73% of FY2025 task-order awards in this PSC.
- Incumbent BLUE FORK INTEGRATIONS LLC holds a $14M base TO (award date 2024-06-12, FPDS).
- SDVOSB SBA goal-pressure flag for HHS sub-tiers is "high" with 87% of FY2026 attainment as of Q2 SBA scorecard.
- 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.
Department of Defense — DISA Joint Force HQ DODIN
DISA JFHQ-DODIN — DevSecOps Lift, prime teaming intro
- Days to action
- 25
- PoP end
- 2028-03-31
- Revenue range
- $1.20M – $4.50M
- Pursuit cost
- $2K
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.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.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.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.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.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.
- CIO-SP3-SB has 75 named small-business primes; eight have prior DISA scope in the trailing 24 months.
- DISA FY2026 small-business subcontracting goal attainment: 41% of awards vs 31% target — primes are under pressure to name subs.
- Incumbent PALISADE DIGITAL SERVICES LLC holds a $32M base CIO-SP3 award (FPDS, 2023-08-15).
- PSC D302 small-business obligation across federal: $1.87B trailing 24 months — the second-largest IT PSC by SB dollars.
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.
| Agency | Title | Rationale | Set-aside | Days |
|---|---|---|---|---|
| Department of Veterans Affairs | VA 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 Services | CDC 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 Business | 21 |
| General Services Administration | GSA 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 Justice | DOJ JMD — Cybersecurity Operations Support (Pre-solicitation) | DOJ corridor not in current 90-day plan; tracking only. Promote if a prime teaming opportunity surfaces. | Small Business | 38 |
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.
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.
- SAM.gov — VA-267-26-SS-0042 Sources Sought
Pick #1 capture path — VA network modernization Sources Sought
- GSA eBuy — NIH CIT TO RFQ
Pick #2 capture path — NIH CIT EHR integration task order
- SAM.gov — DISA JFHQ DODIN Sources Sought
Pick #3 capture path — DISA DevSecOps prime teaming intro
- USAspending — NAICS 541512 trailing 24mo
Top-buyer obligation totals — VA $2.14B, HHS $2.59B, DOD $2.51B
- SBA — FY2026 Q2 Agency Scorecards
WOSB + SDVOSB + small-business goal-pressure attainment numbers
- NITAAC — CIO-SP3 Small Business vehicle
CIO-SP3-SB prime list and DISA scope filtering for Pick #3
- GSA Advantage — MAS SIN 54151S
NIH CIT vehicle dominance — 73% of FY2025 IT Professional Services TO awards
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).