This document is Amendment A0001 to Solicitation Number 36C24925R0057, issued by the Department of Veterans Affairs, Network Contracting Office 9 (90C). The amendment, effective December 4, 2025, serves to correct technical issues by replacing the original Request for Proposal (RFP) in its entirety with a corrected version. While the original RFP attachments remain applicable, the due date for proposals is now January 7, 2026, and the deadline for submitting questions is December 16, 2025. This modification ensures that all offerors receive accurate information and adhere to the updated submission timelines for the procurement.
This amendment to Solicitation Number 36C24925R0057, issued by the Department of Veterans Affairs Network Contracting Office 9, modifies the original solicitation. Key changes include an update to Attachment D.9, which now references Wage Determination (WD 2015-4649 Rev 30 Date 7.8.2025). Additionally, Attachment D.6, the Deliverables-Reports Table, has been revised to clarify that copies of staff certifications and licenses are due upon contract award, not with the initial proposal submission. The due date for questions remains unchanged, with a subsequent amendment anticipated to address all inquiries. This modification aims to update specific requirements and provide clarity for offerors.
The Department of Veterans Affairs (VA) has issued a Presolicitation Notice (RFP No. 36C24925R0057) for Community Based Outpatient Clinic (CBOC) Services in Savannah, Tennessee. This requirement, previously under RFP No. 36C24924R0059, seeks a contractor to provide primary care and mental health services to Veterans primarily residing in Hardin County, TN. The proposed facility must be physically located in Savannah, TN. Services, including medical and mental health care (on-site and via telehealth), and potentially support services like pharmacy, laboratory, and x-ray, will be delivered in a private hospital, office, or clinic environment. Payment for primary care and mental health services will be based on a monthly capitated rate. The Lt. Col. Luke Weathers, Jr. VA Medical Center in Memphis, TN, is the parent facility.
The Department of Veterans Affairs (VA) is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Savannah, TN, for Veterans primarily residing in Hardin County. The contract, with solicitation number 36C24925R0057, includes primary and mental health care services with a base period from October 1, 2026, to September 30, 2027, and nine one-year options extending through September 30, 2036. The estimated total award amount is $25.5 million. Services will be reimbursed based on a monthly capitated rate. The contractor must provide Patient Aligned Care Team (PACT) staffing, including a Physician Director, Primary Care Providers (Physicians, APRNs, or PAs), Registered Nurse Care Managers, Clinical Associates (LPNs/LVNs or Unlicensed Assistive Personnel), Administrative Associates, Licensed Clinical Social Workers, Registered Dietitians/Nutritionists, and Primary Care Mental Health Integration (PC-MHI) staff. All personnel must meet specific VA qualification standards and licensure requirements. The solicitation outlines detailed performance work statements, contract clauses, and solicitation provisions, emphasizing compliance with VA and VHA policies, including those related to quality, access, and patient safety.
The Department of Veterans Affairs (VA) is soliciting proposals for Community Based Outpatient Clinic (CBOC) Services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract is a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement with a one-year base period and nine option periods, with a guaranteed minimum of $500,000 and a ceiling of $46,000,000. The services include primary care and mental health care for Veterans, with payment based on a monthly capitated rate (PMPM). The contractor must provide a facility in Savannah, TN, within 10 miles of an emergency room. Key requirements include adherence to VA performance and quality standards, specific PACT (Patient Aligned Care Team) staffing ratios and qualifications for physicians and advanced practice nurses, and electronic invoicing. The document outlines detailed contract clauses, solicitation provisions, and numerous attachments related to quality assurance, security, and medical guidelines.
The Quality Assurance Surveillance Plan (QASP) for RFP 36C24925R0057 outlines the government's method for evaluating contractor performance for Outpatient Site of Care Service. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while ensuring objective and fair government evaluation. Key government personnel, including the Contracting Officer (CO) and Contracting Officer's Representative (COR), are assigned roles for surveillance and contract compliance. Performance standards are defined across several domains: Access (e.g., new patient appointments, wait times), Quality of Care (e.g., behavioral health screenings, cardiovascular risk management), Panel Management (e.g., teamlet staffing ratio, women's health providers), Veteran Satisfaction, Coordination of Care (e.g., post-discharge contact), Environment of Care, and Pharmacy (e.g., medication storage inspections). Surveillance methods include dashboards, direct observation, and periodic inspections. Performance is rated using CPARS guidelines (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory), with clear criteria for each. Non-compliance results in formal written communication, requiring the contractor to submit a corrective action plan. The QASP is a living document, subject to revisions coordinated with the contractor, ensuring continuous monitoring and accountability.
The VA's 2015 PACT Space Module Design Guide outlines a new approach to primary care facility design, emphasizing patient-centered, team-based, and accessible care for veterans. Developed from extensive collaboration and site visits, the guide introduces the PACT Space Module as a standardized planning unit. Key design strategies include collaborative work environments, separation of patient and staff flows through a dual corridor system, and modular, adaptable spaces. The goal is to streamline processes, enhance teamwork, provide privacy and security, simplify wayfinding, and promote healing. This guide standardizes the development of PACT—Primary Care space within all VA facilities, allowing for adjustments to meet specific clinic needs and supporting continuous evolution of care delivery.
The "Small Business Subcontracting Plan" template (FAR 52.219-9(d)) provides a model for prime contractors to establish and maintain subcontracting plans for federal government contracts. It outlines requirements for both individual and commercial plans, detailing how to set goals for subcontracting with various small business categories (e.g., veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned). The plan specifies excluded spend categories, methods for goal development and identifying potential sources, and requirements for the program administrator. Key components include equitable opportunity efforts, flow-down clauses for subcontractors, reporting protocols via eSRS, and meticulous recordkeeping. Contractors must also ensure prompt payment to small business subcontractors and provide explanations for not utilizing small businesses identified in bids. This document is crucial for ensuring compliance with federal regulations aimed at promoting small business participation in government contracting.
The Department of Veterans Affairs (VA) Pharmacy Benefits Management Strategic Health Group has released its January 2023 VHA National Formulary (VANF). This comprehensive document lists approved medications, specifying dosage forms and outlining restrictions and prior authorization requirements. Key sections detail urgent emergent formulary drugs for Community Care Network, national restrictions for antibiotics allowing local or VISN-level decisions, and the dosage-form specific nature of the VANF. The formulary also defines three levels of Prior Authorization—National (PA-N), VISN (PA-V), and Facility (PA-F)—to ensure medication appropriateness for Veterans. The file contains a detailed alphabetical list of medications, their generic names, dosage forms, and any associated restrictions or prior authorization requirements, serving as a critical reference for healthcare providers within the VA system.
The Department of Veterans Affairs (VA) has issued staff-specific guidance for developing Suicide Prevention Safety Plans and completing Suicide Behavior and Overdose Reports (SBOR) within the Veterans Health Administration (VHA). This document clarifies which VHA staff members are authorized to perform these critical interventions based on their credentials, local facility Chief of Staff concurrence, and scope of practice. For Safety Plans, authorization requires a
The Department of Veterans Affairs (VA) has issued staff-specific guidance on suicide risk identification, detailing who can administer the Columbia-Suicide Severity Rating Scale Screener (C-SSRS Screener) and the Comprehensive Suicide Risk Evaluation (CSRE). The guidance specifies that a provider completing the CSRE, which involves a detailed assessment and disposition, must be a VHA Health Care Provider who is a licensed independent provider (LIP) or advanced practice provider employed in a job series associated with their license. The document includes a table outlining which staff, from Medical Doctors to Unlicensed Assistive Personnel, are authorized to complete each screening or evaluation. It clarifies exceptions for Clinical Pharmacist Practitioners and Rehabilitation Counselors and notes that trainees can complete steps marked 'Yes' under supervision. Facilities are mandated to ensure adequate training for staff. The document also provides contact information for resources and support.
This document is a record of vaccine and medication quantities dispensed or administered over a 12-month period, likely for a government RFP related to healthcare services or procurement. The data details the usage of various pharmaceuticals, including several vaccines such as Zoster Vaccine (121), T-DAP (163), Flu (65, 113, and Flu-7 with 189), RSV (102), Prevnar 20 (50), Pneumovax (41), Hep B (8), and Covid (51). It also lists medications like Ketorolac (128), Lidocaine (34), Ceftriaxone (32), Inveaga (10), Clondine (8), Albuterol (19), and Instant Glucose (1). A significant number of items, including Aspirin, Ammonia, Abilify, Depo-medrol, Debrox, Epi Injection, Hep A, HPV, Ipratropium Bromide, Nitro, 1% Sulfa Cream, Dexamethasone, Haldol, Cyanocbalamine, Lidocaine w epi, Medroxy progesterone, Nalox-one hcl, and Risperdol, show zero usage during this period. The file serves as an inventory or usage report, indicating the demand for specific medical supplies and informing potential purchasing decisions or resource allocation within a government healthcare program.
The REACH VET (Recovery Engagement And Coordination for Health - Veterans Enhanced Treatment) program outlines a six-step process for providers to manage high-risk Veterans. Providers receive notifications about identified Veterans, with an optional step to access a dashboard for clinical signals. They must then re-evaluate the Veteran's care by reviewing health records, screenings, diagnoses, and treatment plans to ensure access to evidence-based services. The program emphasizes considering treatment enhancement strategies like improved communication, safety planning, monitoring stressful life events, and coping interventions. Providers are required to outreach the Veteran using specific talking points to discuss the program, potential benefits of enhanced care, assess current symptoms and stressors, and collaboratively adjust treatment plans. All interactions and care enhancements must be documented in CPRS using a national template, with tasks to be completed by the fourth Wednesday of the month and initial outreach within one week of notification.
This PBM guidance outlines recommendations for providing clinical pharmacy services at contracted Community Based Outpatient Clinics (CBOCs) and rural locations to improve veteran access to care. It addresses the critical shortage of VA primary care physicians and the need for clinical pharmacist practitioners (CPPs) in medication management. The document emphasizes that facilities must review state pharmacy practice acts to determine the scope of practice for contracted pharmacists, as state laws vary regarding collaborative practice agreements, prescriptive authority, and ordering lab tests. It details the involvement of the Chief of Pharmacy in the selection, hiring, and ongoing oversight of contracted pharmacists, ensuring their qualifications and competencies meet both VA standards and state regulations. The guidance also suggests alternative service delivery methods, such as utilizing VA-employed CPPs or telehealth, especially in states with restrictive collaborative practice laws. The overall goal is to ensure consistent, high-quality care for veterans in contracted settings.
REACH VET is a Department of Veterans Affairs (VA) program that utilizes predictive modeling and Veterans Health Record data to identify Veterans at high statistical risk for suicide and other adverse health outcomes. The program aims to supplement existing clinical strategies by alerting facilities to Veterans within the top 0.1% risk category, summarizing two years of health data for streamlined clinical review, and providing an additional data point for treatment conceptualization. While identifying high statistical risk, the program emphasizes that this does not necessarily indicate acute clinical risk, stressing the importance of outreach and assessment. The REACH VET process integrates into existing workflows, promoting a holistic, multidisciplinary approach to care for Veterans with complex needs. Studies indicate positive impacts, including increased outpatient appointments, reduced missed appointments, greater initiation of suicide prevention safety plans, and decreases in inpatient mental health admissions and documented suicide attempts.
The Past Performance Survey (Form 36C24925R0057) is a critical component for evaluating offerors for Savannah CBOC Services. It requires evaluators to assess a vendor's past performance in providing outpatient clinic or similar services using a standardized rating scale (Outstanding, Above Average, Satisfactory, Marginal, Unacceptable). The survey requests specific details such as contract number, service length, and responses to questions covering compliance, timeliness, management effectiveness, quality control, flexibility, reliability, responsiveness, and financial and professional conduct. Evaluators must email the completed survey directly to Olivia Cloutier by January 7, 2026, at 10:00 AM CT; submissions from the offeror will not be accepted. The form also includes sections for remarks and requires an explanation for any marginal or unacceptable ratings, as well as for negative responses regarding re-awarding contracts or customer satisfaction.
Attachment D.2 of RFP 36C24925R0057 requires contractors to certify compliance with the Immigration and Nationality Act of 1952, as amended, and related laws enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Contractors must not knowingly employ, contract, or subcontract with illegal aliens or foreign nationals violating their immigration status while providing services to Department of Veterans Affairs patient referrals. The certification also mandates adherence to E-Verify requirements under Executive Order 12989 and applicable Federal Acquisition Regulations. Failure to comply may result in the prohibition of foreign nationals from working on VA-related services and could lead to contract termination. Contractors are also required to obtain similar certifications from their subcontractors. Submitting false certifications can lead to prosecution under 18 U.S.C. 1001.
Attachment D.3 Organizational Conflict of Interest 36C24925R0057 is a Contractor Conflict of Interest Certification Statement for Solicitation #36C24925R0057, Savannah CBOC Services. This document requires the contractor to certify that its key personnel and emergency substitutions have no present, planned, or past financial, contractual, or organizational conflicts of interest related to the services provided to the Lt. Col. Luke Weathers, Jr. VAMC Veterans Administration. Alternatively, the contractor may attach a statement detailing any existing conflicts, including those of consultants and subcontractors, and outline how these conflicts will be avoided or mitigated. This certification is crucial for ensuring transparency and fairness in federal government contracting processes.
This document, "Contractor Rules of Behavior," outlines the mandatory terms and conditions for contractors accessing Department of Veterans Affairs (VA) information assets, systems, and sites. It emphasizes that contractors have no reasonable expectation of privacy and consent to monitoring and disclosure of their activities by VA and law enforcement personnel. The agreement prohibits unauthorized access, modification, or misuse of federal government systems, warning of potential criminal, civil, or administrative penalties. Key rules include following established procedures for account access, using only authorized systems and data, protecting sensitive information, complying with VA security directives, reporting security incidents, and restricting system use to contract terms. It also addresses conditions for using non-VA IT resources and extends security requirements to subcontractors. The document is a critical component of VA's comprehensive information security program, ensuring knowledgeable users uphold security standards.
The document "36C24925R0057 - Attachment D.5. Enrollment Priority Groups Savannah CBOC" is an attachment related to a federal government Request for Proposal (RFP). Its main purpose is to outline the specific enrollment priority groups for the Savannah Community-Based Outpatient Clinic (CBOC). This attachment details the criteria and order in which individuals will be prioritized for enrollment in services at the Savannah CBOC, which is crucial information for potential bidders on the RFP. The document establishes a structured framework for managing patient intake, ensuring that those with the most urgent needs or specific qualifications receive precedence. This is a standard component of government RFPs, particularly in healthcare, to ensure equitable and needs-based access to services.
Attachment D.6 outlines the deliverables and reporting requirements for contractors and TVHS, emphasizing their responsibility for accuracy, completeness, and timely submission. This guide lists numerous items, predominantly required “With proposal,” covering past performance references, healthcare operations experience, facility information, clinic management, continuity of care, staff certifications and names, subcontracting plans, VOSB/SDVOSB verification, pricing, OIG list comparisons, laboratory accreditations, and insurance. Post-award requirements include staff background checks, PIV card acquisition, patient complaint summaries, grievance reports, adverse event reporting, Joint Commission accreditation, malpractice claims, patient handbooks, emergency policies, time logs, QASPs, Statements of Understanding, Rules of Behavior, credentialing, Women Veteran Champion plans, and various annual and periodic reports (subcontracting, workload, AED checks, TJC audits). This attachment serves as a critical checklist for compliance within government RFPs, ensuring all necessary documentation and operational plans are submitted at specified intervals.
Attachment D.6 outlines the deliverables and reporting requirements for contractors and TVHS, emphasizing accuracy, completeness, and timely submission. It serves as a guide for various submissions, including past performance references, descriptions of healthcare operations experience, proposed facility information, and management plans. The document also details requirements for continuity of care, staff certifications and licenses, background checks, and subcontracting plans. Financial aspects include all-inclusive pricing and verification of VOSB/SDVOSB status. Ongoing requirements cover cyber security training, patient complaint summaries, adverse event reporting, and annual reports like workload and subcontracting compliance. This attachment ensures comprehensive oversight and compliance throughout the contract lifecycle for government RFPs, federal grants, and state/local RFPs.
The Department of Veterans Affairs (VA) VHA Service Center Personnel Security provides comprehensive services to ensure contractor security requirements are met, encompassing fingerprinting, background investigations, and PIV badge management. The process begins with the Contract Security Services Request form, which initiates security verification for contractors. This form requires detailed contract and contractor employee information, including position descriptions, investigation levels, and company details. Foreign-born individuals must provide proof of citizenship and have resided in the U.S. for three consecutive years for PIV credential eligibility. Fingerprint requests must be submitted, with specific instructions for both electronic and manual submissions. The Declaration for Federal Employment (OF306) and the Self-Certification of Continuous Service form are also critical for assessing suitability for federal contract employment and verifying service breaks. The Authorization for Release of Information under the Fair Credit Reporting Act is mandatory for obtaining credit reports for employment purposes. All submitted documents must follow a specific naming convention and be in PDF format.
The Department of Veterans Affairs (VA) Office of Construction & Facilities Management developed a prototype for standardized design and construction of Community Based Outpatient Clinics (CBOCs). This initiative aims to reduce costs and project schedules by standardizing planning and design elements, incorporating Patient Aligned Care Team (PACT) Space Modules. The study created flexible standard modules for various clinic sizes (20,000, 50,000, and 80,000 NUSF) and services, emphasizing off-site construction methods. Three VISNs (21, 8, and 23) participated, providing Programs for Design to test the modules. The PACT model focuses on patient-centered care, improving access, coordination, and efficiency. The document details planning assumptions, scope of services for One, Two, and Three-PACT CBOCs, and conceptual diagrams for clinic growth (Linear, L-Shaped, Two-Story, Flare options) to optimize patient and staff flow.
This document, "STANDARDS ALERT 003C2B-SA-017R01b" from August 1, 2021, announces the implementation of the Office of Information and Technology (OIT) Infrastructure Standard for Telecommunications Spaces v3.1. This new standard, developed by OIT Data Center and Infrastructure Engineering (DCIE), serves as the primary technical guide for planning, design, and construction in all VA facilities. It aims to improve project awareness, minimize redesign costs, and ensure VA IT infrastructure can leverage technological advancements. The alert details known conflicts with existing Technical Information Library (TIL) standards regarding room names, floor area, height, layout, finishes, HVAC, and cable types. Project teams must engage DCIE to resolve conflicts and document all decisions. The OIT IS deprecates raised floors for new construction, prohibits suspended ceilings in new computing spaces, and mandates Category 6A cabling. It also clarifies that project teams must use ANSI/TIA 942 Ratings for reliability and redundancy, rather than the Uptime Institute Tier system. The document emphasizes OIT's authority over IT resources and outlines plans for future updates and integration of OIT standards into the TIL.
The Department of Veterans Affairs IT Operations and Services has released the OIT Design Guide Templates, a comprehensive document outlining design specifications for critical telecommunications spaces in clinical and non-clinical environments. Developed by the Data Center and Infrastructure Engineering team, the guide details requirements for various data center sizes (Extra Small, Small, Medium, Large, Extra Large), telecommunication entrance rooms, and telecommunication rooms. It covers electrical, mechanical/structural, and telecommunications infrastructure, including power distribution systems (busway and zone PDU), cable management, cooling, and security. The document emphasizes redundancy, monitored solutions, and adherence to specific dimensions and material standards for optimal performance and safety. It also provides generic floor plans and guidelines for space allocation based on gross floor area served, particularly for healthcare facilities.
The document lists two government solicitations: 36C24925R0057 for the Savannah CBOC and 36C24926D0006 for the Holly Springs CBOC. The repetition of the Holly Springs CBOC entry suggests a significant focus on this specific facility. This file is likely part of a Request for Proposal (RFP) or a similar procurement document within federal government operations, indicating an intent to acquire services or goods related to these Community-Based Outpatient Clinics (CBOCs). The document serves to identify and differentiate between these two distinct government contracting opportunities related to healthcare facilities.