Q999--621I R4 Solicitation Refresh: RFP-797-FSS-00-0115-R4
ID: RFP797FSS000115R4Type: Combined Synopsis/Solicitation
14 AwardsOct 1, 2022
$31.7M$31,682,920
AwardeeAHS STAFFING LLC EDMOND 73034
Award #:36F79722D0216
Overview

Buyer

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

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the solicitation RFP-797-FSS-00-0115-R4, which pertains to Professional and Allied Healthcare Staffing Services under the Federal Supply Schedule. The procurement aims to provide temporary healthcare staffing services across a nationwide scope, including the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories, ensuring compliance with updated regulations and economic price adjustments. This initiative is critical for maintaining adequate healthcare services within federal facilities, emphasizing contractor qualifications, pricing structures, and adherence to federal labor standards. Interested parties must acknowledge receipt of amendments and submit their proposals by the response deadline of September 30, 2025, at 5:00 PM Central Time, with inquiries directed to the FSS Helpdesk at HelpDesk.AMMHINFSS@va.gov or 708-786-7737.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    This government file, Amendment 0002 to RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs, updates the solicitation by incorporating revised clauses 52.222-55 (Minimum Wages for Contractor Workers under Executive Order 14026) and 52.222-62 (Paid Sick Leave under Executive Order 13706), effective January 30, 2022. The amendment details the new minimum wage rate of $15.00 per hour, outlines annual adjustments, and specifies conditions for price adjustments and contractor responsibilities regarding worker compensation, record-keeping, and compliance. It also defines paid sick leave accrual and usage, contractor obligations for subcontractor compliance, and procedures for dispute resolution. The document emphasizes non-retaliation and confidentiality of sensitive employee information, ensuring adherence to federal labor standards and executive orders.
    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.
    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.
    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.
    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.
    Amendment 0007 to RFP-797-FSS-00-0115-R4, effective July 25, 2025, from the Department of Veterans Affairs, updates regulations, special language, and forms for solicitations. Key changes include revised FAR clauses related to whistleblower rights, offeror representations and certifications, and contract terms and conditions for commercial products and services. The amendment also adds a new Responsibility Evaluation document for offerors. It details specific updates to clauses such as 52.203-17, 52.212-3, and 52.212-5, along with numerous other FAR provisions covering areas like small business programs, equal opportunity, environmental considerations, and prohibitions on certain business practices. The document defines various business classifications and provides certifications for offerors regarding responsibility matters, child labor, and foreign end products. This amendment ensures compliance with current federal acquisition regulations and executive orders.
    This government file, Amendment 0008 to Solicitation RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs, modifies the scope and geographic coverage for temporary healthcare staffing services. The key change mandates nationwide domestic delivery, encompassing the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories, replacing previous options for limited regional or state-specific coverage. The amendment outlines detailed requirements for proposed pricing, including fully loaded hourly rates, the 1% Industrial Funding Fee (IFF), and non-reimbursable costs like security clearances and certifications. It also specifies contractor qualifications, such as a minimum of two years of corporate experience, comprehensive management plans for recruitment, retention, and personnel substitution, and strict credentialing for healthcare personnel. Contractors must also provide proof of medical liability insurance with specific coverage limits. The document emphasizes non-personal services and details the format for submitting pricing and commercial sales practices in an Excel spreadsheet (Document 03).
    This amendment updates Solicitation RFP-797-FSS-00-0115-R4 to revise clause 552.238-80, which concerns the Industrial Funding Fee (IFF) and Sales Reporting. The primary change shortens the grace period for reporting sales and remitting the IFF from 60 days to 30 days. Contractors must now report quarterly sales, including 'zero' sales, and remit the 1.0% IFF within 30 calendar days of the quarter's end using an automated online system. The IFF reimburses the VA Federal Supply Service (FSS) for program operating costs. Failure to comply with reporting or payment requirements can result in the contract being terminated for cause and constitutes a debt to the U.S. Government.
    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.
    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.
    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.
    Amendment 0003 corrects the solicitation number on Form SF1449 in Vendor Response Document 02 for RFP-797-FSS-00-0115-R4, which is for Professional and Allied Healthcare Staffing Services under the VA Federal Supply Schedule (FSS) Schedule 621 I. The amendment updates the solicitation number, which is active until November 1, 2027. The solicitation covers temporary placement of various healthcare professionals, including physicians, nurses, therapists, and technicians, at government locations. The Department of Veterans Affairs, National Acquisition Center, is the contracting office, with inquiries directed to the FSS Help Desk.
    This document is an amendment (0003) to Solicitation RFP-797-FSS-00-0115-R4, which is for VA Federal Supply Schedule (FSS) 621 I Professional and Allied Healthcare Staffing Services. The amendment corrects Form SF1449 in Vendor Response Document 02. The solicitation pertains to contracts for the temporary placement of various healthcare labor categories at government locations, including physicians, nurses, therapists, and other specialized medical personnel. The Department of Veterans Affairs, located in Hines, IL, is the contracting office. The response date for this solicitation is November 1, 2027, at 12:00 PM Central Time. The point of contact is the FSS Help Desk.
    RFP-797-FSS-00-0115-R4 is a federal solicitation by the Department of Veterans Affairs, specifically the OPAL / National Acquisition Center in Hines, IL. This document, identified as Amendment 0004, modifies the previously published solicitation RFP-797-FSS-00-0115-R4 and includes Amendments 1-5. The solicitation falls under Product Service Code Q999 and NAICS Code 561320, with a response deadline of January 21, 2029, at 12:00 PM Central Time. The point of contact for this RFP is Senior Contract Specialist Lydia L. McKay, who can be reached at lydia.mckay@va.gov or 708-786-5837.
    This government solicitation amendment, RFP-797-FSS-00-0115-R4 Amendment 0004, issued by the Department of Veterans Affairs, updates the terms for federal supply schedule contracts for temporary healthcare staffing services. Key revisions extend authority to order-level Contracting Officers (COs) to make economic price adjustments to hourly ceiling/Not-To-Exceed (NTE) rates based on unforeseeable major changes in market conditions, requiring proper documentation. The amendment details conditions for price change requests, including limits on increases and required supporting documentation. It also clarifies the scope of the solicitation, including geographic coverage, Special Item Numbers (SINs), and pricing requirements for fully loaded hourly rates, non-reimbursable, and reimbursable costs. Additionally, the document outlines policies for non-personal services, Trade Agreements Act applicability, Service Contract Labor Standards, contractor qualifications, and the use of subcontractors and Contractor Team Arrangements at the task order level. Specific instructions are provided for proposed pricing submission in Excel format, defining terms like concessions, discounts, Most Favored Customer (MFC), and the Industrial Funding Fee (IFF).
    This document is an amendment to Solicitation RFP-797-FSS-00-0115-R4, titled "621 I – R4 Professional & Allied Healthcare Staffing Service." Issued by the Department of Veterans Affairs, OPAL / National Acquisition Center, located in Hines, IL, the amendment incorporates revisions to clause 552.238-80, "Industrial Funding Fee and Sales Reporting (July 2020, Tailored – December 2023)." The solicitation number remains RFP-797-FSS-00-0115-R4, with a response date of December 11, 2028, at 12:00 PM Central Time, Chicago, USA. The Product Service Code is Q999, and the NAICS Code is 561320. For inquiries, the Senior Contract Specialist, FSS Helpdesk, can be reached at helpdesk.ammhinFSS@va.gov or 708-786-7737.
    This document, RFP-797-FSS-00-0115-R4, is an amendment to a previous combined solicitation issued by the Department of Veterans Affairs, OPAL / National Acquisition Center. The solicitation has a contracting office zip code of 60141 and a response date of March 19, 2030, at 12:00 Central Time, Chicago, USA. It will be archived 30 days after the response date. The set-aside is not specified, and it does not involve Recovery Act funds. The product service code is Q999, and the NAICS code is 561320. The point of contact for this solicitation is Contract Specialist Brian O'Connell, who can be reached at Brian.O'connell@va.gov or (708) 786-5816. The document provides general information regarding an Executive Order, although specific details of the order are not included.
    Amendment 0008 to Solicitation RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs, expands the geographic scope of coverage. The contracting office, located in Hines, IL, has set a response deadline of September 30, 2025, at 5:00 PM Central Time. This amendment is categorized under Product Service Code Q999 and NAICS Code 561320, indicating its relevance to administrative management and general management consulting services. The document emphasizes the revision of the scope and geographic coverage area as its primary purpose.
    Amendment 0009 (621IR4_Amend0009_23OCT2025_FINAL_R1) modifies Solicitation RFP-797-FSS-00-0115-R4, issued by the Department of Veterans Affairs. This amendment specifically deletes clause I-FSS-969 ECONOMIC PRICE ADJUSTMENT – FSS MULTIPLE AWARD SCHEDULE (OCT 2014) and incorporates GSAM Clause 552.238-120 Economic Price Adjustment – Federal Supply Schedule Contracts (Tailored) (Sep 2024). Additionally, it updates the Responsibility Evaluation dated October 2025 and the Signature Authority form dated August 2025. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    This government solicitation amendment (RFP-797-FSS-00-0115-R4, dated October 1, 2021) incorporates clause 52.223-99, "Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors" (October 2021, Deviation), into the solicitation. Issued by the Department of Veterans Affairs, OPAL / National Acquisition Center, the amendment mandates compliance with the Safer Federal Workforce Task Force Guidance for contractor workplace locations within the United States or its outlying areas. Contractors must include this clause in subcontracts exceeding the simplified acquisition threshold for services performed in these regions. The amendment emphasizes the importance of acknowledging receipt to avoid rejection of offers and ensures all other terms and conditions of the original solicitation remain in full force.
    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.
    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.
    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.
    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.
    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.
    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.
    Amendment 0004 has been added to the previously published solicitation RFP-797-FSS-00-0115-R4.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Physician Scheduling Software
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a web-based Physician Scheduling Software for the Puget Sound VA Health Care System. The software must support 45 annual licenses and provide training and 24/7 support for managing various medical providers' on-call, clinic, rotation, and shift schedules, with the current system, Amion for Enterprises+, serving as a benchmark for evaluation. This procurement is critical for enhancing scheduling efficiency within the healthcare system, and the contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years following. Interested vendors must submit their quotes via email to Amy Kuczajda at Amy.Kuczajda@va.gov by 3 PM MST on December 23, 2025, adhering to the specified FAR and VAAR clauses regarding compliance and electronic payment.
    Q517--Staffing Service Tucson
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, under Solicitation Number 36C77022R0008. The contract, which is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requires the contractor to provide non-personal staffing for various roles, including Pharmacists, Pharmacy Technicians, and Shipper/Packer positions, ensuring a minimum staffing rate of 97% across two shifts. This procurement is critical for maintaining efficient pharmacy operations, processing over 15 million prescriptions annually, and adhering to strict compliance with VA and federal regulations, including HIPAA. Proposals are due by 10:00 AM CST on December 18, 2025, and interested parties should contact Nicholas L. Schulte at nicholas.schulte1@va.gov for further information.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    SPS Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    Q518--Rural Health Care- Northern Arizona VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide rural healthcare services through telehealth and mobile medical clinics for the Northern Arizona VA Healthcare System (NAVAHCS). The procurement aims to address significant barriers to care faced by over 34,000 rural Veterans across a vast service area, emphasizing the need for specialized Mobile Health Clinics (MHCs) that can operate effectively in challenging environments. These services are crucial for enhancing access to primary and preventative care, particularly in areas with limited healthcare resources. Interested parties must submit their capabilities and relevant information by January 19, 2026, at 12:00 PM PST, to Danielle Trudeau at danielle.trudeau@va.gov, referencing RFI 36C26226Q0216 in the subject line.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for ergonomic assessment services under solicitation number 36C26226Q0104. The contract requires the completion of 935 ergonomic assessments, translating to approximately 467 assessments per year or 38 per month, with each assessment expected to take around 2 hours, and will only be conducted by Certified Professional Ergonomists (CPE). This service is crucial for ensuring the health and safety of VA employees by addressing ergonomic needs, and all necessary equipment will be provided by the VA. Interested parties must submit their proposals by December 15, 2025, at 1:00 PM MST, and any questions regarding the solicitation must be submitted by December 10, 2025, at 1:00 PM MST. For further inquiries, contact Garrett Lyles at garrett.lyles@va.gov.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.
    Q201--Behavioral Healthcare for Clinicians Base 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive behavioral healthcare services for its healthcare personnel within the VA Great Lakes Health Care System, specifically for approximately 20,415 employees. The contract, structured as a firm-fixed-price agreement, includes a one-year base period with four option years, requiring licensed clinicians to deliver teletherapy services, including 24/7 access to therapists, rapid therapist matching, and up to three initial sessions per employee at no cost. This initiative is crucial for supporting the mental health and well-being of VA personnel, ensuring compliance with VA policies and federal regulations. Interested parties must submit their quotes by December 17, 2025, and should direct inquiries to Contract Specialist Richard Ruffin at richard.ruffin@va.gov or by phone at 414-844-4800 x 43257.