Amended St. Cloud Open and Continuous Nursing Home Solicitation 36C26324R0040 0002
ID: 36C26324R0040Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Nursing Care Facilities (Skilled Nursing Facilities) (623110)

PSC

MEDICAL- NURSING HOME CARE CONTRACTS (Q402)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide nursing home care services under the amended solicitation 36C26324R0040 for the Saint Cloud VA Health Care System in Minnesota. This procurement aims to establish Medicare-based contracts for skilled nursing facilities, expanding the list of eligible counties and refining the pricing structure to ensure compliance with federal healthcare regulations. The opportunity emphasizes the importance of delivering high-quality care to veterans, with specific requirements outlined for contractor performance, pricing proposals, and adherence to Medicare reimbursement standards. Interested parties should contact Todd F. Penkhus at todd.penkhus@va.gov for inquiries, and note that the submission deadline for proposals has been extended to July 31, 2025, at 11:59 PM CDT.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides the Medicare RUGS IV Pricing Schedule, which categorizes various rehabilitation and extensive service criteria based on patients' activities of daily living (ADLs). Each category, identified by a unique code (e.g., RUX for Extensive Services with ADL 16-18), corresponds to a specific base rate provided by Medicare, along with a column for percentage discounts that must be proposed by contractors. The document instructs contractors with existing VISN 23 contracts to input their current Medicare Base Rates, while others should seek updated rates via email. The goal is to determine the Medicare per diem rate by applying the proposed discount against the base rate. The schedule encompasses a wide range of categories, including special rehab, clinically complex, behavior symptoms, and physical function reductions, all tailored to different levels of patient need as indicated by their ADLs. This pricing structure is crucial for federal reimbursement processes and is significant for contractors in the healthcare sector, particularly for those involved in skilled nursing and rehabilitation services.
    The Quality Assurance Surveillance Plan (QASP) outlines a structured approach to evaluate contractor performance in nursing home care services, detailing monitoring methods and responsibilities of government personnel, including the Contracting Officer and Contracting Officer's Representative. The QASP establishes specific performance standards, incentives, and various surveillance methods to assess if contractors meet or exceed these standards, emphasizing the importance of documentation in both acceptable and unacceptable performance scenarios. This document is intended to be dynamic, allowing for regular reviews and revisions in coordination with the contractor to ensure compliance and quality service delivery.
    The Quality Assurance Surveillance Plan (QASP) for Nursing Home Care Services outlines a systematic approach for evaluating contractor performance. It details the aspects to be monitored, methods of surveillance, responsible personnel, and documentation processes. The Government is tasked with objectively assessing contractor performance while the contractor is responsible for management and quality control. Key roles include the Contracting Officer (CO) overseeing compliance, the Contracting Officer’s Representative (COR) managing technical aspects, and contractor representatives facilitating service delivery. Performance standards are established for various service indicators, with expectations for 100% compliance on key requirements. Methods of surveillance include direct observation, periodic inspections, and random sampling. The assessment incorporates a rating scale to classify performance as acceptable or unacceptable, with documentation procedures for both outcomes. The frequency of performance measurement may be adjusted as necessary. Overall, this QASP serves as a framework to ensure high-quality service delivery in alignment with federal contracting regulations.
    The document outlines wage determinations under the Service Contract Act, indicating that contracts awarded on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour. Additionally, it details fringe benefits, including health and welfare, vacation, and paid sick leave requirements for federal contractors, along with specific classifications and functions of workers under these contracts. Occupational wage rates such as Kitchen Helper and Laundry Worker are set at $7.25 per hour, with stipulations for potential higher wages based on executive order protections.
    The document outlines the Wage Determination No. 1973-0126 under the Service Contract Act, detailing minimum wage requirements for contractors working on federal contracts. Effective January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, follow Executive Order 13658, which requires a minimum wage of $12.90 per hour. The determination covers various states, primarily in the Midwest and includes specific position classifications such as Kitchen Helper and Nursing Aide, with designated pay rates beginning at $7.25 hourly. Additionally, it outlines employee benefits under the Service Contract Act, including health and welfare benefits, vacation, and holiday entitlements. Contractors are obligated to provide uniforms at no cost if required, or to reimburse employees for maintenance expenses. The document also details the conformance process for unlisted job classifications to ensure fair wage determination. Overall, it emphasizes compliance with federal wage and benefit regulations to safeguard worker rights across multiple service-oriented occupations.
    The document outlines the classifications and criteria for Resource Utilization Groups (RUGs) IV and III, which categorize residents based on their care needs and complexity of clinical conditions. It details various groups, including Rehabilitation Plus Extensive Services, Clinically Complex, and Behavioral Symptoms, specifying the required conditions for each group based on activity of daily living (ADL) dependency scores and type of care received. Additionally, it defines the community nursing home program level of care under RUGs III, explaining the associated clinical and reimbursement purposes.
    The document outlines the definitions and criteria for various Resource Utilization Groups (RUGs) under both RUGs IV and RUGs III, used primarily for categorizing residents in care facilities based on their clinical and rehabilitation needs. Key groups include Rehabilitation Plus Extensive Services, Rehabilitation, Extensive Services, and several Special Care categories, each defined by the residents' dependency on activities of daily living (ADLs), therapy services, and complex clinical care requirements. The document emphasizes the importance of correctly classifying residents to assure appropriate care levels and necessary skilled nursing support. It provides detailed scoring systems for various groups, which influence billing and reimbursement processes within the VA community health system. Additionally, it offers insights into specialized care, including HIV+/AIDS and ventilator-dependent care, underlining the individualized nature of care assessments and treatment plans. This text serves as a guideline for VA officials and contracting officers to ensure compliance with care standards while facilitating effective resource allocation based on patient needs.
    This document, titled "Medicare Pricing Schedule," outlines the instructions for using Medicare Base Rates for various line items related to extensive services and rehabilitation. Providers are directed to input their current Medicare rates into specified columns and propose a discount rate, which will then be used to calculate a Medicare Per Diem Rate. For those without a contract, they are instructed to contact Diana Rosier for assistance.
    The Medicare RUGS IV Pricing Schedule outlines various categories and criteria for determining payment rates under Medicare for rehabilitation and extensive services based on activities of daily living (ADLs). It includes a series of line items categorized by service levels, ranging from extensive services to special care needs, detailing the corresponding Medicare Base Rates, percentage discounts, and calculated per diem rates. Providers are instructed to use current Medicare Base Rates from existing contracts with VISN 23 or to reach out for updated figures if no contract exists. The document emphasizes the importance of proposing appropriate discount rates for each service line and performing accurate calculations for reimbursement purposes. The main goal of this schedule is to ensure proper funding and support for equipped healthcare services catering to various patient needs, facilitating compliance with federal healthcare regulations.
    The solicitation for nursing home services issued by the Department of Veterans Affairs (VA) under contract number 36C26324R0040 seeks proposals from offerors, particularly targeting women-owned small businesses. The contract, which is expected to remain open for approximately a year or more, allows for multiple awards and mandates compliance with federal and state regulations, including requirements for Medicare-based pricing and necessary services for VA patients. Offerors must submit detailed proposals that align with stipulated technical and past performance criteria to be considered for award, with a focus on achieving the government’s best value while ensuring adherence to quality standards and practices.
    The document outlines a federal solicitation (36C26324R0040) by the Department of Veterans Affairs (VA) for nursing home services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary focus is on providing comprehensive nursing home care for veterans, adhering to specified Medicare-based per diem rates, and incorporating quality standards for service delivery. Key components include contractor responsibilities, patient care requirements, and financial terms. The contract specifies performance work standards, such as the provision of medical care, therapy services, compliance with health regulations, and maintenance of necessary certifications. The VA reserves the right to monitor and audit contractor performance, enforcing quality assurance through requirements for reporting incidents and maintaining patient records. Additionally, invoicing procedures and payment terms are established, along with guidelines for handling patient medications and bed-hold situations during hospitalizations. The document's structure ensures clear specifications through the Performance Work Statement (PWS), covering services, billing, and compliance with federal regulations. It serves to support the VA's commitment to enhancing the quality of care for veterans via regulated, transparent contracting processes, reflecting adherence to established healthcare standards.
    This document serves as an amendment to the solicitation for the Saint Cloud Nursing Homes, extending the submission deadline to July 31st, 2025, at 11:59 PM CDT. It outlines the requirements for offers to acknowledge receipt of the amendment through specified methods prior to the updated deadline. The document details administrative changes to the solicitation while affirming that all other terms and conditions remain unchanged. It is issued by the Department of Veterans Affairs, Network 23 Contracting Office, confirming that the solicitation amendment complies with relevant federal acquisition regulations. The official signature of the contracting officer, Matthew Rose, is included, signifying the document's validity. This amendment aims to ensure maximum participation from bidders by granting additional time for submission, reflecting the government's commitment to transparency and accessibility in the contracting process.
    The amendment for solicitation number 36C26324R0040 pertains to the Saint Cloud VA Health Care System, focusing on a nursing home Medicare-based contract. This document modifies the original solicitation to expand the list of eligible counties where nursing homes can secure contracts, as specified in Section E.2 on page 56. The amendment effectively replaces the previous contact person, Diana Rosier, with Todd Penkhus, whose updated email address is provided for inquiries regarding the Medicare Pricing Schedule. The document outlines the required acknowledgment of the amendment by offerors, specifying methods to ensure compliance by the stated deadline. Additionally, it includes detailed Medicare RUGS IV pricing categories and instructions for contractors on proposing base rates and discount percentages. The revised pricing schedule reflects the complexities of Medicare reimbursement structures for nursing homes, emphasizing a structured approach to financial proposals in this government solicitation. Overall, this amendment highlights the VA's efforts to refine nursing home contracting processes, ensuring clarity and alignment with updated eligibility and pricing guidance.
    Lifecycle
    Similar Opportunities
    Open and continuous Solicitation for CNH facilities in Oregon
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an indefinite-delivery contract to provide nursing home services within the Oregon VA Health Care System, aimed at eligible veterans. The contract will span a period of up to five years, with a total funding ceiling of $45 million for all awarded contracts, ensuring that qualified contractors deliver essential healthcare services. This opportunity is crucial for maintaining high-quality care for veterans, adhering to federal regulations, and ensuring compliance with wage determinations that mandate minimum hourly rates and benefits for workers. Interested contractors should reach out to Brian Stephen at Brian.stephen@va.gov or Jeremiah Middleton at Jeremiah.Middleton2@va.gov for further details, as the solicitation will remain open for one year from the posting date on SAM.gov.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Q402--Open & Continuous for OBVAMC for Community Nursing Home Services in Louisiana, Arkansas, and Texas.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Community Nursing Home (CHN) Services for eligible veterans at the Overton Brooks VA Medical Center (OBVAMC) in Louisiana, Arkansas, and East Texas. This procurement is structured as a multiple award solicitation under full and open competition, with a total funding cap of $34 million for a five-year performance period starting from the award date. The services are critical for ensuring quality healthcare delivery to veterans, adhering to federal regulations, and maintaining compliance with health and safety standards. Interested parties can contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov or (504) 507-2024 for further details regarding the solicitation, which is outlined in document 36C25625R0050.
    Open and Continuous Community Nursing Home RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified providers to submit quotes for the Open and Continuous Community Nursing Home Request for Quotes (RFQ) in Texas. This procurement aims to establish multiple Indefinite Delivery Contracts (IDCs) for nursing services to eligible veterans, with an estimated total value of $34 million over a base year and four option years, ensuring compliance with federal and state regulations and certification for Medicare and Medicaid. The initiative is critical for delivering quality nursing care to veterans, utilizing the Patient Driven Payment Model (PDPM) for pricing, and emphasizing adherence to safety and quality standards. Interested parties can contact Michelle Cunningham at michelle.cunningham@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further details.
    Q402--Q402- Atlanta VAMC Community Nursing Home Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Community Nursing Home (CNH) services in the Atlanta VAMC catchment area, which includes multiple counties in Georgia. The procurement aims to provide comprehensive nursing home care, including medical, nursing, and psychosocial services, to eligible veterans, ensuring that facilities meet the health needs and well-being of VA patients. This opportunity is significant as it supports the VA's commitment to delivering quality care to veterans, with contracts anticipated to range from $750,000 to $3,000,000 over a five-year period. Interested vendors can submit proposals starting June 18, 2024, and should direct inquiries to Contract Specialist William Prenzler or Contracting Officer Laurinda Millage for further information.
    Q402--RFP- CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Q402--RFP- OPEN AND CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an open and continuous contract to provide community nursing home services in North Little Rock, AR, under the solicitation titled "Q402--RFP- OPEN AND CONTINUOUS CNH." This multi-solicitation aims to establish standards for nursing home care for eligible veterans, ensuring compliance with federal regulations, quality oversight, and timely referrals for care. The contract emphasizes the importance of maintaining Medicare and state certifications, as well as adherence to performance standards outlined in the Quality Assurance Surveillance Plan (QASP), which includes monitoring contractor performance through various evaluation methods. Interested contractors can contact Karen Battie at Karen.Battie@va.gov for further details, with the contract's financial terms and specific wage determinations outlined in accompanying documents.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.