The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Veterans Critical Communication Software, Inserter, and Postal Permit (brand name or equal) for the Rocky Mountain Regional VA Medical Center. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Salient Characteristics: Print and VCCM Workflow Software: VA TRM certified software. 508 compliant, with available VPAT. Must support the in-scope color production printer 5 years of service and support 1 year support contract, includes up to 35 hours per month once a month, up to 12 trips. Must integrate with System inserter USPS CASS certified address cleaning and PAVE certified sort Produces production control barcodes on every page of every mail piece, to automate inserting by System Must support VMWare. Must Run on Windows 64-Bit physical Server, or logical VMWare Server partition for Windows. Accepts PDF files as input, and is capable of indexing the address fields in different locations for different types of jobs, along with PCL5, TNO, PS, XML Supports USPS CASS certified address cleansing, including the NCOA database. Proposal must include keeping CASS and NCOA current. Provides a USPS PAVE certified sort and prepares all USPS artifacts (cage/pallet and tray tags, Postage Statement 3600-FCM/3602 Qualification Report, and mail.dat file) for USPS delivery. Prints pages in PAVE-sorted order to minimize postage. Postal savings with grouping, batch printing, sorting and merging Allows changes in real-time without IT involvement Supports integrity barcodes: OMR, BCR, 2D Delivers a list of any problem addresses to the VA, for each print job, including return codes to enable address correct Quadient DS 700 IQ Inserter: DS 700 IQ with 4 Station Expert: 2 Auto Fdrs + 1 HCDF, CSIS or equivalent AIMS500 Office Close Loop Mail Piece Verification 15 AMP Power Conditioning Line Filter. 3 Station Tower Postal Permit for 38.8 cents per letter Postal permit to allow postage at $38.8 cents per letter. Responses shall be submitted to Noaa.Lanotte@va.gov by 10:00am MT on Friday, January 23, 2026. This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: SAM.gov UEI: On GSA/FSS Schedule or VA Contract? The anticipated North American Industry Classification System (NAICS) code is 541519 Other Computer Related Services. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 150 employees; (for NAICS 541519), must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Place of Manufacturer_____________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.