Q999--Executive Order
ID: RFP797FSS000115R4Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNAC FEDERAL SUPPLY SCHEDULE (36F797)HINES, IL, 60141, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- OTHER (Q999)
Timeline
  1. 1
    Posted Oct 1, 2021, 3:00 PM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Mar 19, 2030, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified vendors to provide Professional and Allied Healthcare Staffing Services under solicitation number RFP-797-FSS-00-0115-R4. This procurement aims to secure temporary staffing solutions for various healthcare roles, including physicians, nurses, and therapists, to support government health facilities effectively. The services are critical for maintaining healthcare delivery within the Veterans Affairs system, ensuring that veterans receive timely and quality care. Interested contractors must submit their proposals by the specified deadlines, with the next submission due on March 19, 2030, at 12:00 PM Central Time. For inquiries, potential bidders can contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov or by phone at (708) 786-5816.

Point(s) of Contact
Brian O'ConnellContract Specialist
(708) 786-5816
Brian.O'connell@va.gov
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
This document is a solicitation for professional and allied healthcare staffing services. The document provides instructions and guidelines for potential offerors, including qualifications, competition assessment, best value determination, and minimum sales criteria. It also includes information on the review and award process, training requirements, and the mandatory electronic invoice submission program.
Mar 20, 2025, 10:05 PM UTC
The document outlines the Request for Proposals (RFP) for federal supply schedule contracts pertaining to Professional and Allied Healthcare Staffing Services, identified as RFP-797-FSS-00-0115-R4. This solicitation covers the procurement of temporary medical services and allows open and continuous submissions without a specified due date, serving all geographic areas. It details essential requirements for potential contractors, including two years of relevant corporate experience, adherence to pricing fairness, and compliance with a series of terms and conditions. Emphasis is placed on preparing competitive proposals, assessing competition, and understanding the "best value" determination process employed by the government. The document also specifies necessary training sessions, including completing GSA’s Pathway to Success seminar for new offerors, and lists various clauses involved in the contractual process. Furthermore, it discusses electronic submission protocols, compliance with Section 508 standards, and the implications of contract award processes, highlighting the significance of adherence to timely responses and clear proposal submission. Overall, this solicitation aims to facilitate the acquisition of essential healthcare staffing services while ensuring fair competition and compliance with federal regulations in contracting.
Mar 28, 2024, 7:16 AM UTC
This document is the Vendor Response Document for a solicitation. It includes various sections such as signatory authority, agent authorization, proposed pricing and commercial sales practices, contractor qualifications, and subcontracting plan template. The document also provides information on order limitations, scope of the solicitation, and utilization of subcontractors. The maximum order for each special item number (SIN) is $1,000,000.
Mar 20, 2025, 10:05 PM UTC
The Vendor Response Document outlines the requirements for offerors responding to solicitations for Federal Supply Schedule (FSS) contracts, particularly in the healthcare staffing sector. It includes various forms, such as the Signatory Authority Form and Agent Authorization, which establish who can represent the company legally. Key sections detail the scope of services required, which include a wide range of healthcare roles, and stipulate that services must be provided in government facilities. The document emphasizes the need for compliance with existing regulations, including business size determinations, contractor qualifications, and use of subcontractors. It elaborates on pricing structures, including minimum order quantities and reimbursement conditions for travel. Moreover, it specifies requirements for contractors, such as relevant permits, licenses, and professional certifications to ensure personnel quality. Subcontracting is permitted under strict guidelines, and the contractor must maintain responsibility for all actions of any subcontractors. Lastly, it details various federal compliance standards, service contract labor standards, and necessary reporting obligations. Overall, the document serves as a comprehensive guideline for potential contractors to ensure they meet federal standards when providing healthcare staffing services to government agencies.
Mar 20, 2025, 10:05 PM UTC
The document outlines the Proposed Pricing and Billing Disclosures required by the federal government, ensuring data integrity and accuracy in pricing for services under federal contracts. It emphasizes that information should reflect current commercial pricing trends and includes sections for detailing labor categories, proposed Federal Supply Schedule (FSS) ceiling prices, and price comparisons with commercial rates. Key components include entering details on various labor categories, their proposed prices, and their corresponding percentages against commercially billed prices. The document also mandates calculation of direct and indirect costs, profit margins, and presents a structured format for pricing validation. Additionally, the 12-month projected sales disclosures provide insights into both government and commercial sales expectations. Verification of adherence to guidelines is essential, focusing on compliance with federal standards. Overall, its purpose is to ensure transparency and competitiveness in the procurement process while maintaining fairness and accountability in pricing for government contracts.
Mar 28, 2024, 7:16 AM UTC
The document includes various tables with empty cells for data related to pricing, billing, labor categories, education/training, and tracking customer information. The purpose of the document is to provide comprehensive information for government sales and contracts.
Mar 20, 2025, 10:05 PM UTC
The document is an amendment to a government solicitation for contractor services from the Department of Veterans Affairs, specifically updating key labor regulations due to Executive Orders 14026 and 13706. It revises the minimum wage for contractor workers to $15.00 per hour, effective January 30, 2022, and mandates annual adjustments based on Department of Labor determinations. The amendment also incorporates a requirement for paid sick leave, allowing employees to earn 1 hour of paid sick leave for every 30 hours worked. Additionally, the contractor must maintain compliant records regarding wages and paid sick leave usage, ensuring that these conditions are communicated clearly to all employees. Failure to adhere to these regulations may lead to payment withholding, contract termination, or debarment. The overarching goal is to enhance worker protections and ensure compliance with federal labor standards in contracts executed under this solicitation. This amendment represents the government's commitment to fair labor practices and worker welfare in federally-funded projects.
Mar 28, 2024, 7:16 AM UTC
The document is an amendment to a solicitation or contract, specifically referring to a change in clauses related to minimum wages for contractor workers and paid sick leave for contractor workers under certain executive orders. The amendment incorporates revised versions of these clauses into the contract, with the revised versions becoming effective on January 30, 2022. The document also includes definitions and requirements related to the minimum wage and paid sick leave.
Mar 20, 2025, 10:05 PM UTC
The document is an amendment to a Request for Proposal (RFP) and outlines corrections to Form SF1449 relevant to the Department of Veterans Affairs (VA). Specifically, it corrects the solicitation number from "RFP-797-FSS-00-0015-R4" to "RFP-797-FSS-00-0115-R4." This amendment serves to inform all Offerors and Bidders of this update and details the instructions for acknowledging receipt of this change. The document also specifies various administrative details including the acquisition's administration code, the National Acquisition Center’s contact information, and applicable contract requirements under the Federal Acquisition Regulation (FAR). Additionally, it includes guidance on how contractors must respond to amendments and outlines necessary information for formal offers. The document emphasizes compliance with reporting and response protocols to ensure proper processing of offers under this federal solicitation initiative, reiterating the necessity for acknowledgment of receipt to avoid rejection of offers. Overall, this amendment ensures clarity and accuracy in the solicitation process, vital for maintaining integrity in federal procurement activities.
Mar 28, 2024, 7:16 AM UTC
This document appears to be an amendment of a solicitation or modification of a BPA (Blanket Purchase Agreement) with the Department of Veterans Affairs. It includes information such as contract details, amendment numbers, contracting parties, and changes made to the original solicitation. Additionally, there is a correction made to Form SF1449, which reflects a change in the solicitation number.
Mar 28, 2024, 7:16 AM UTC
This amendment modifies the Department of Veterans Affairs solicitation to incorporate changes to the Industrial Funding Fee and Sales Reporting clause. The revisions shorten the time period for remitting the fee from 60 days to 30 days after the close of each quarter. Contractors are required to report sales within 30 days of the end of the reporting quarter and remit the fee accordingly.
Mar 20, 2025, 10:05 PM UTC
This document serves as an amendment to the solicitation RFP-797-FSS-00-0115-R4 issued by the Department of Veterans Affairs, focusing on the modifications related to the Industrial Funding Fee (IFF) and Sales Reporting requirements. The primary change introduced is the reduction of the grace period for contractors to report sales and remit the IFF from 60 days to 30 days following the end of each quarter, starting from FY 23 Q1 sales reporting. The revised clause outlines the process for contractors to accurately report sales, including providing the total dollar value of contract sales, which includes the IFF, through an automated reporting system designated by the Veterans Affairs Federal Supply Service (FSS). The amendment emphasizes the importance of timely reporting, detailing the penalties for non-compliance, including potential contract termination. It clarifies the calculation of the IFF, set at 1.0% of total quarterly sales, and the necessary procedures required for remittance. This amendment reflects the federal government’s effort to streamline financial reporting processes and ensure compliance in its contracting practices.
Mar 20, 2025, 10:05 PM UTC
This government document serves as an amendment to Solicitation RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs. It approves a class deviation to the Federal Acquisition Regulation (FAR) concerning Equal Employment Opportunity policies, specifically revoking those related to Executive Order 11246, now aligned with Executive Order 14173, which aims to eliminate illegal discrimination. The amendment details updates to several FAR clauses, altering compliance requirements for contractors engaged in federal procurement of commercial products and services. Key changes include the introduction of new clauses and the deletion of outdated ones, conserving the overall structure while enhancing compliance with current federal mandates. The document indicates necessary acknowledgments from offerors regarding these amendments and provides specific instructions for acknowledgment and modifications. The update signifies the government's ongoing commitment to ensuring fair employment practices under revised regulations, thereby shaping the landscape for federal contracting and procurement procedures.
Mar 28, 2024, 7:16 AM UTC
The Department of Veterans Affairs has issued a solicitation refresh for Professional & Allied Healthcare Staffing Services under Federal Supply Schedule 621I. The solicitation is open and continuous, allowing new offers to be submitted at any time, and the contract performance will last for five years from the date of award. For more information, refer to the attached documents or contact the FSS Helpdesk.
Mar 20, 2025, 10:05 PM UTC
The document is a Combined Synopsis/Solicitation Notice for RFP-797-FSS-00-0115-R4 issued by the Department of Veterans Affairs. It concerns a standing solicitation for Federal Supply Schedule 621I, which focuses on Professional and Allied Healthcare Staffing Services. This solicitation is ongoing, allowing for offers to be submitted at any time without a closing date, replacing the previous RFP-797-FSS-00-0115-R3. Awarded contracts will be multiple, fixed-price, indefinite delivery-indefinite quantity (IDIQ) with Economic Price Adjustment provisions, commencing on award and lasting five years unless modified. The primary point of contact for inquiries is the FSS Helpdesk, with further details and supporting documents available through provided URLs. The notice emphasizes the continuous nature of the solicitation process, which aims to streamline the procurement of healthcare staffing solutions for federal needs.
Mar 28, 2024, 7:16 AM UTC
Amendment 0003 corrects the solicitation number on the SF1449 form in Vendor Response Document 02 for the VA Federal Supply Schedule (FSS) Schedule 621 I Solicitation RFP-797-FSS-00-0115-R4 for Professional and Allied Healthcare Staffing Services, which covers a wide range of healthcare labor categories for temporary placement at government locations. The amendment was made to ensure accuracy in the solicitation process.
Mar 20, 2025, 10:05 PM UTC
The document details Amendment 0003 related to the solicitation RFP-797-FSS-00-0115-R4, correcting the solicitation number on Form SF1449 in the Vendor Response Document. The contracting office, part of the Department of Veterans Affairs, is located in Hines, Illinois, and the proposal response deadline is set for November 1, 2027. This solicitation focuses on the provision of Professional and Allied Healthcare Staffing Services, highlighting the temporary placement of various healthcare labor categories, including physicians, therapists, nurses, and other specialized healthcare professionals at government facilities. This amendment signifies the importance of precise documentation in federal RFP processes, ensuring that interested vendors respond accurately to government staffing needs in the healthcare sector.
Mar 20, 2025, 10:05 PM UTC
The document serves as an amendment to the Combined Solicitation RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs (VA) for Professional and Allied Healthcare Staffing Services. The amendment corrects Form SF1449 in the vendor response document and updates the solicitation details. The primary purpose of this RFP is to procure temporary staffing services for various healthcare roles, including physicians, nurses, therapists, and technicians, to support government health facilities. The solicitation number is RFP-797-FSS-00-0115-R4, with a response deadline of November 1, 2027, at 12:00 PM Central Time. Interested vendors can reach out to the VA Federal Supply Schedule (FSS) Service through the provided contact information. The document emphasizes the importance of accuracy in vendor submissions and outlines the diverse categories of healthcare personnel required under the FSS Schedule 621 I. Overall, this amendment ensures clarity in the solicitation process, facilitating effective staffing solutions for the VA.
Mar 28, 2024, 7:16 AM UTC
This document is an amendment to a previous solicitation for Professional and Allied Healthcare Staffing Services. The amendment corrects a form in the vendor response document and provides a description of the services requested.
Mar 20, 2025, 10:05 PM UTC
The document is an amendment (0004) to the previously published solicitation RFP-797-FSS-00-0115-R4 issued by the Department of Veterans Affairs. The solicitation is part of a contract relevant to product service codes and is associated with the North American Industry Classification System (NAICS) code 561320. Responses to this solicitation are due by January 21, 2029, at noon Central Time. The contracting office is located in Hines, Illinois, and the point of contact for inquiries is Senior Contract Specialist Lydia L. McKay, reachable via email or phone. The document indicates that it is not funded by the Recovery Act, and it specifies a set-aside status for the proposals. The amendment serves to update potential contractors on changes or additional information pertinent to the solicitation. Overall, this document signifies ongoing efforts by the VA to procure services in alignment with its mission to support veterans through careful contract management and adherence to federal guidelines.
Mar 28, 2024, 7:16 AM UTC
Amendment 0004 has been added to the previously published solicitation RFP-797-FSS-00-0115-R4.
Mar 28, 2024, 7:16 AM UTC
This document is an amendment of a solicitation and modification of a BPA. It includes information such as the effective date, contractor details, description of the amendment, and requirements for proposed pricing. The amendment also mentions the economic price adjustment and reimbursement requests for travel and per diem expenses.
Mar 20, 2025, 10:05 PM UTC
The document outlines amendments to a solicitation for temporary healthcare staffing services under the Federal Supply Schedule (FSS) program managed by the VA. It details revisions to price adjustment authorities, allowing contracting officers (CO) to modify hourly rates in response to significant market changes. Key updates include economic price adjustments based on market indicators like the Consumer Price Index and procedures for submitting requests for price changes, detailing requisite documentation. The scope covers allied and professional healthcare services performed at government locations and emphasizes compliance with various standards, such as the Service Contract Labor Standards. The document also stipulates requirements for contractor qualifications and responsibilities, including necessary permits, licenses, and ethical conduct. Moreover, it discusses contract pricing structures, encouraging competitive and fair pricing while outlining non-reimbursable costs like travel and certification fees. A Contractor Team Arrangement (CTA) option is presented to enable collaboration between contractors. The importance of ensuring that personnel meet necessary qualifications, alongside clear expectations for performance and integrity, underscores the VA's commitment to quality care within the federal contract framework.
Mar 20, 2025, 10:05 PM UTC
The document is a request for proposal (RFP) titled "621 I – R4 Professional & Allied Healthcare Staffing Service," issued by the Department of Veterans Affairs. It concerns solicitation number RFP-797-FSS-00-0115-R4 and includes amendments 0001 through 0005. The RFP is associated with healthcare staffing services, designated under the product service code Q999 and pertains to the NAICS code 561320, indicating the focus on staffing and environmental services. The deadline for submissions is set for December 11, 2028, at 12:00 PM Central Time. The contracting office is located in Hines, Illinois, with the senior contract specialist available for inquiries through the provided email and contact number. Notably, this amendment addresses revisions to specific contractual clauses regarding industrial funding fees and sales reporting. The document is part of a regulatory framework for government procurement, aimed at securing qualified vendors for critical healthcare staffing needs within the Veterans Affairs system.
Mar 28, 2024, 7:16 AM UTC
This document is an amendment to the RFP-797-FSS-00-0115-R4 solicitation for Professional & Allied Healthcare Staffing Services. The amendment includes revisions to clause 552.238-80 Industrial Funding Fee and Sales Reporting.
Mar 20, 2025, 10:05 PM UTC
The document pertains to a Request for Proposal (RFP) from the Department of Veterans Affairs, specifically solicitation number RFP-797-FSS-00-0115-R4. It is an amendment to a previous combined solicitation, indicating a continuation or update of a prior procurement process. The response deadline is set for March 19, 2030, at 12:00 PM Central Time, Chicago, USA, after which the proposals will be archived for 30 days. The contracting office is located in Hines, Illinois, with contact information provided for Brian O'Connell, the contract specialist. The Federal Service Code indicated is Q999, and the NAICS code is 561320, which relates to facility support services. Notably, this solicitation does not involve Recovery Act funds nor is it set aside for particular small businesses. Overall, the document outlines essential details for potential contractors regarding submission requirements and administrative aspects of the bidding process.
Mar 28, 2024, 7:16 AM UTC
This document is an amendment of a solicitation/contract for the Department of Veterans Affairs. The amendment incorporates clause 52.223-99, which ensures adequate COVID-19 safety protocols for federal contractors, into the solicitation. Contractors are required to comply with all guidance regarding COVID-19 safety protocols published by the Safer Federal Workforce Task Force.
Mar 20, 2025, 10:05 PM UTC
This document represents an amendment to a solicitation from the Department of Veterans Affairs, specifically incorporating clause 52.223-99, which ensures adequate COVID-19 safety protocols for federal contractors, effective October 1, 2021. The amendment necessitates acknowledgment of receipt by offerors prior to the specified deadline for submissions. It references Executive Order 14042, mandating compliance with safety guidelines provided by the Safer Federal Workforce Task Force for contractor workplace locations. The clause also applies to all subcontracts involved in services performed in the United States and territories. All terms of the original solicitation remain effective unless specified alterations have been made. This amendment highlights the government's commitment to enhancing workplace safety amid the ongoing pandemic through explicit contractual obligations on contractors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposals (RFP) for onsite Primary Care Physician Services within Veterans Integrated Service Network (VISN) 20. Contractors will be required to provide Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver quality primary care to VA beneficiaries across multiple facilities in the Northwest, including locations in Oregon, Washington, Idaho, and Alaska. This procurement is significant as it aims to enhance healthcare services for veterans, with a focus on meeting the American Board of Internal Medicine Guidelines. The acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with contracts expected to be awarded within 120 days of the proposal deadline, which is anticipated around May 15, 2025. Interested parties can reach out to Scott A. Reed at scott.reed2@va.gov or by phone at 509-321-1909 for further information.
Q517--Staffing Service MbM
Buyer not available
The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing at facilities located in Georgia, Wyoming, and Tennessee, with an anticipated increase in workload over the next five years. This contract is crucial for ensuring efficient pharmaceutical services to veterans, with a total contract value of up to $100 million and a minimum guarantee of $2 million across five ordering periods. Interested parties should direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov, with the proposal submission deadline currently suspended until further notice from the government.
Q517--Staffing Service Tucson
Buyer not available
The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer services to support the processing of over 15 million prescriptions annually, with a minimum staffing level of 70 full-time equivalents (FTE) across various shifts. This procurement is critical for ensuring effective healthcare delivery to veterans, emphasizing compliance with federal regulations, including HIPAA, and maintaining high operational standards. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.
6505--Buspirone RFP
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the supply of Buspirone HCL, a pharmaceutical product essential for the healthcare services provided to veterans. The procurement process requires vendors to submit pricing for multiple line items covering a base year and four option years, ensuring compliance with the Drug Supply Chain Security Act and FDA Good Manufacturing Practices. This contract aims to maintain a reliable supply chain for federal healthcare providers, including the VA, Department of Defense, and Indian Health Service, while securing volume-based pricing for the necessary pharmaceuticals. Interested vendors must submit their offers by May 8, 2025, at 2:30 PM CT, and can direct inquiries to Contract Specialist Amber Zavala at amber.zavala@va.gov.
Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
R605--Taylor and Francis (VA-25-00023958)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a contract to provide a web-based electronic collection of Taylor and Francis Journals for a period of one year. The procurement aims to enhance access to essential medical reference materials across the VA healthcare system, ensuring that clinical staff can utilize up-to-date, peer-reviewed journals in various medical specialties without embargo periods. Interested parties must submit their technical and pricing proposals by April 30, 2025, to Erich T. Hoffman at Erich.Hoffman@va.gov, with the contract performance period set to commence upon award.
V226--Ride Share Scheduling Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The objective of this procurement is to enhance transportation logistics for veterans by providing efficient scheduling solutions for rides, particularly for those experiencing homelessness and needing assistance with medical appointments and other critical services. This initiative is crucial for improving access to essential services for veterans, aligning with the VA's mission to deliver high-quality care. Interested vendors must submit their quotes by May 2, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
Primary Reference Laboratory/Phlebotomy/Courier Services
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Primary Reference Laboratory, Phlebotomy, and Courier Services for the Veterans Integrated Services Network 1 (VISN 1). The procurement aims to gather information for a new laboratory service contract that complies with Clinical Laboratory Improvement Amendments (CLIA) standards, focusing on comprehensive laboratory services, including testing, specimen collection, transportation, and reporting. This initiative is crucial for enhancing healthcare logistics and ensuring high-quality patient care for veterans within the VA system. Interested vendors are invited to participate in a Virtual Industry Day from May 5-9, 2025, and must submit their responses to the Request for Information (RFI) by April 30, 2025, to Cynthia Thompson at Cynthia.Thompson2@va.gov and Sheryl Anthony at Sheryl.anthony@va.gov.
Q503--691 | 36C262-25-AP-3108 | Dental Assistants
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Dental Assistant and Dental Hygienist staffing services at the VA Greater Los Angeles Healthcare System. This procurement aims to fulfill a requirement for approximately 30,368 hours of Dental Assistant services and 6,240 hours of Dental Hygienist services across six clinic locations, emphasizing the importance of high-quality dental care for veterans. Interested Service-Disabled Veteran-Owned Small Businesses and other qualified vendors must submit their capability statements and relevant qualifications by May 15, 2025, to Contracting Officer Bill Cook at William.Cook2@va.gov. The opportunity is categorized under NAICS code 561320 for Temporary Help Services, with no guarantees on service levels or contract awards.
Amended 2024 Black Hills Nursing Home Open and Continuous Solicitation 36C26324R0037 0001
Buyer not available
The Department of Veterans Affairs is soliciting proposals for nursing home care services under the amended 2024 Black Hills Nursing Home Open and Continuous Solicitation (36C26324R0037). The objective is to establish Indefinite Delivery Indefinite Quantity (IDIQ) contracts with qualified nursing homes to provide essential community nursing home services to veterans, ensuring compliance with Medicare standards and quality care requirements. This solicitation is crucial for maintaining high-quality healthcare services for veterans, with proposals accepted until December 31, 2024, and a total award amount anticipated to be around $34 million. Interested offerors must register in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Matthew Rose at matthew.rose3@va.gov or by phone at 651-293-3010.