Q531--HEMODIALYSIS FOLLOW ON - Columbia
ID: 36C25525Q0252Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Kidney Dialysis Centers (621492)

PSC

Q531
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for on-site hemodialysis services at the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri. The contract, valued at approximately $47 million, includes a base year and four option years, requiring contractors to provide specialized dialysis services, including 24/7 emergency on-call support, with a minimum guarantee of $5,000 for the initial year. This procurement is critical for ensuring high-quality healthcare services for veterans, as it encompasses various dialysis modalities and mandates compliance with stringent quality assurance and performance standards. Interested vendors can direct inquiries to Contract Specialist Stephen V. Showers at Stephen.showers@va.gov, with a scheduled site visit on August 1, 2025, to facilitate proposal submissions.

    Point(s) of Contact
    Stephen V ShowersStephen Showers; Stephen.showers@va.gov
    (913) 946-1111
    Stephen.showers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), specifically the Network Contracting Office 15, is announcing its intention to procure on-site, in-patient dialysis services for the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri, via an indefinite-delivery indefinite-quantity (IDIQ) contract. The contract is planned to last for one year with four potential one-year extensions. Solicitation documents will be available starting July 1, 2025, and can be accessed on the Federal Business Opportunities website. This solicitation follows the guidelines of Public Law 104-262 and relevant federal acquisition regulations. Interested parties are encouraged to read all documentation thoroughly and to submit inquiries in writing to the designated contact, Stephen Showers, at the provided email address. The presolicitation notice outlines the need for responsible entities to provide these essential services, emphasizing the importance of staying informed about amendments and requirements throughout the bidding process.
    The document outlines a solicitation for On-site Acute Dialysis Services at the Columbia Veterans Medical Center, Columbia, MO, issued by the Department of Veterans Affairs. It stipulates a firm-fixed-price indefinite delivery, indefinite quantity contract, targeting a provision of specialized dialysis services with a total projected value of $47 million. The contract includes a base year and four option years, allowing flexibility in service demand, with a minimum guarantee of $5,000 for the initial year. Key requirements denote that contracted personnel must include registered nurses licensed in any U.S. state, and they must meet various training and credentialing obligations as outlined in existing VA directives. Services will encompass various dialysis types, necessitating staff to be available for emergency on-call situations 24/7. The document emphasizes compliance with quality assurance and performance standards, detailing responsibilities for staff monitoring, patient care documentation, and adherence to medical protocols. This RFP reflects the VA's intent to ensure high-quality healthcare services for veterans, illustrating a commitment to thorough oversight and adherence to legal, ethical, and health standards throughout the contract duration. Overall, it serves as a comprehensive guide for potential contractors aiming to meet federal healthcare service needs while conforming to the organization’s stringent operational standards.
    The document is an amendment to Solicitation 36C25525Q0252 issued by the Department of Veterans Affairs, specifically by the Network Contracting Office (NCO) 15. This amendment addresses questions received regarding an on-site hemodialysis service contract. Key points include clarification on treatment volumes—stating that current and historical treatment data show variability based on patient needs and admissions. The document confirms that the facility contains a dialysis suite with three beds and offers opportunities for vendors to tour the site on a scheduled date. Historical volumes for various treatment modalities were provided: 1:1 hemodialysis (86 treatments), 2:1 hemodialysis (221 treatments), peritoneal dialysis (41 treatments), and continuous renal replacement therapy (CRRT, 40 treatments). The amendment aims to ensure transparency and facilitates vendor participation by clarifying operational details necessary for proposal submissions. All other terms and conditions from the original solicitation remain unchanged.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach for evaluating contractor performance in providing hemodialysis services under contract 36C25525Q0252. The document defines the monitoring framework, including what will be monitored, the methods of evaluation, and the responsibilities of government personnel, notably the Contracting Officer (CO) Ashley Osborn and the Contracting Officer’s Representative (COR) Jessica Furlong. The contractor is accountable for maintaining performance standards and adherence to the contract terms. Various methods, such as periodic inspections and customer complaint reviews, will be employed for surveillance, assessing metrics like timely patient care and documentation compliance. The QASP documents performance ratings ranging from "Exceptional" to "Unsatisfactory," based on specific quality levels and corrective actions required for any deficiencies. The plan allows for adjustments through formal modifications in coordination with the contractor, ensuring ongoing oversight and documentation of performance. This process aims to maintain quality in healthcare services delivered to patients, reflecting the government's commitment to objective and fair evaluation.
    The Contractor Certification document outlines compliance requirements under the Immigration and Nationality Act of 1952, as amended, specifically concerning contractors engaged in providing services to the Department of Veterans Affairs (VA). It mandates that contractors must not employ illegal aliens or foreign nationals who are violating their immigration status while fulfilling their contractual obligations. Contractors are also required to utilize the E-Verify system to confirm that all employees maintain legal work status under relevant federal regulations. Should a contractor fail to comply with these stipulations, the VA reserves the right to prohibit non-compliant individuals from working at their facilities, which could lead to contract termination for breach. Additionally, contractors must obtain similar certifications from their subcontractors, emphasizing a comprehensive adherence to immigration compliance across all levels of service provision. This certification is integral to safeguard the integrity of services offered to veterans and ensure legal workforce management.
    The document addresses the requirements for managing Organizational Conflicts of Interest (OCI) in healthcare contracts, specifically under solicitation #36C25525Q0252 for services at the Harry S. Truman Memorial Veterans' Hospital. It emphasizes the government's need to prevent situations where a contractor's prior relationships may impair impartiality or create competitive advantages. Offerors must submit a statement with their bids disclosing all relevant past, present, or planned financial or organizational interests that could lead to OCIs. This includes information regarding consultants and subcontractors. If an OCI is identified, the Contracting Officer may disqualify the contractor unless mitigated satisfactorily, and failure to disclose such conflicts could lead to contract termination at no cost to the government. The document outlines a certification statement that the contractor must complete, confirming that neither they nor their employees have conflicts concerning the solicitation. This structured approach ensures transparency and integrity within the bidding process, meeting federal regulations aimed at fair competition in government contracts.
    The Department of Veterans Affairs (VA) has established Information Security Rules of Behavior (ROB) for non-organizational users, outlining the responsibilities and expected conduct when accessing VA information and systems. This document serves to ensure compliance with federal laws and VA cybersecurity policies, defining non-organizational users as affiliates or individuals acting on behalf of veterans and claimants. Key points include the requirement for users to sign the ROB annually, acknowledgment of non-compliance consequences, and strict prohibitions against unauthorized access or disclosure of information. Users must follow specific procedures for data protection, remote access, and incident reporting, among other responsibilities. The ROB clarifies that users should have no expectation of privacy, as all activities may be monitored, underscoring the importance of data security and ethical conduct. Overall, these rules are designed to safeguard sensitive information and maintain the integrity of VA operations while providing a framework for responsible usage of information systems by non-organizational users.
    The document titled "D.5 Wage Determination 36C25525Q0252" outlines wage determination specifics relevant for federal contracts within the Department of Veterans Affairs. It emphasizes the necessity for compliance with statutory wage rates for service employees in accordance with the Service Contract Act. The repeated entries suggest a re-emphasis or clarification on the established wage standards that apply to the respective contracts, ensuring that service providers meet or exceed these wage benchmarks. The document serves to inform potential contractors and grant recipients of their obligations regarding employee compensation and reinforces the government’s commitment to fair wage practices. This wage determination is a critical aspect within the broader framework of federal RFPs, enabling a structured and equitable procurement process while safeguarding workers' rights.
    The Medical Staff Bylaws and Rules of the Harry S. Truman Memorial Veterans' Hospital outline the governance, roles, and responsibilities of the medical staff within the facility, emphasizing adherence to quality care standards for veterans. The document includes sections on membership eligibility, qualifications for clinical privileges, appointment and credentialing processes, as well as protocols for handling impaired professionals. It defines the medical staff’s organizational structure, which includes various categories of staff based on employment status and rights, delineating responsibilities and ethical standards in medical practice. Key objectives include ensuring uniform quality of care, establishing ethical professional conduct, and outlining the appointment process governed by both federal laws and internal policies. The bylaws emphasize self-governance, continuous education, and performance improvement as pivotal to maintaining high professional standards, while also underlining the importance of the hospital’s mission to provide comprehensive medical services to veterans. The guidelines reflect compliance with the Veterans Health Administration and aim to facilitate proper credentialing within a structured accountability framework, ensuring efficient healthcare delivery and robust oversight mechanisms.
    The "Past Performance Questionnaire" document pertains to the evaluation of contractors involved in government contracts, particularly relating to federal Requests for Proposals (RFPs) and grants. It requires respondents to provide detailed information about both the evaluating organization and the contractor being assessed, including contract specifics such as title, number, and performance status. Key sections focus on evaluating performance based on aspects like quality of service, price control, timeliness, business relationships, and key personnel management. Respondents rate the contractor's performance on a scale from 'Exceptional' to 'Unknown,' indicating confidence in their past work. Additional questions assess whether the contractor would be considered for future contracts and inquire about any contract disputes or performance notices. The structured format aims to gather objective feedback to inform future contract decisions, ultimately supporting the government’s accountability and effectiveness in contractor selection.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Home Sleep Apnea Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    Q201--NEW Dyersburg CBOC Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) Services in Dyersburg, Tennessee, under solicitation number 36C24925R0056. The contract, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ), includes a one-year base period with nine option periods, aiming to provide comprehensive primary and mental healthcare services to Veterans. This initiative is crucial for ensuring accessible and quality healthcare for Veterans, particularly in rural areas, with a guaranteed minimum funding of $500,000 and a ceiling of $47,000,000. Interested contractors should direct inquiries to Contract Specialist Laura Edelman at Laura.Edelman@va.gov, with all past performance surveys due by January 9, 2026, at 10:00 AM CT.
    Q523--Kidney Organ Perfusion Services
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 07, is issuing a presolicitation notice for a sole source contract for Kidney Organ Perfusion Services at the Ralph H. Johnson Department of Veterans Affairs Medical Center (RHJ VA HCS). The contractor will be responsible for receiving organs from a donor Organ Procurement Organization (OPO) and providing perfusion services until the RHJ VA HCS is ready to deliver the organ to the operating room, which must occur within 10 minutes of a mutually agreed-upon time. This service is critical for ensuring the viability of kidney transplants and maintaining the health of veteran patients. Interested parties capable of demonstrating that competition would be advantageous to the government must submit a capabilities statement to Wyona Davis at wyona.davis@va.gov by December 10, 2025, at 3:00 PM Eastern Time, referencing solicitation number 36C247-26-AP-0758.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    Q402--RFP- CONTINUOUS CNH
    Buyer not available
    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.
    Open and continuous Solicitation for CNH facilities in Oregon
    Buyer not available
    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.