Q201--Holly Springs CBOC Services
ID: 36C24924R0063Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Community Based Outpatient Clinic (CBOC) Services in Holly Springs, Mississippi, through an indefinite-delivery indefinite-quantity (IDIQ) contract. The procurement aims to enhance healthcare delivery for veterans, requiring contractors to provide primary and mental health care services while adhering to strict quality assurance standards and staffing requirements, including a patient-aligned care team (PACT) capable of managing up to 1,515 patients. This initiative is crucial for ensuring accessible and comprehensive care for veterans, with an estimated total ceiling amount of $40 million over a base year and up to nine option years. Interested parties should contact Contract Specialist Angela C. Tucker at Angela.Tucker2@va.gov for further details and to submit proposals by the specified deadlines.

    Point(s) of Contact
    Angela C TuckerContract Specialist
    Angela.Tucker2@va.gov
    Files
    Title
    Posted
    This presolicitation notice outlines the upcoming procurement for Community Based Outpatient Clinic (CBOC) Services in Holly Springs, Mississippi, by the Department of Veterans Affairs’ Network Contracting Office 9. The solicitation number is 36C24924R0063, with a response deadline set for July 31, 2024, at 10:00 AM Central Time. The services sought fall under Product Service Code Q201 and are categorized under NAICS Code 621498. Interested parties must submit their responses to the contracting office located in Murfreesboro, TN, where Angela Tucker serves as the Contract Specialist. The notice specifies that no phone calls will be accepted and that additional details can be found on the agency's website. The document is archived 30 days after the response deadline, reflecting a standard practice for tracking procurement opportunities in government contracting.
    The Quality Assurance Surveillance Plan (QASP) for the Outpatient Site of Care Service outlines a standardized approach for evaluating contractor performance under a federal contract. It specifies monitoring objectives, methods, personnel responsibilities, and documentation procedures. The plan emphasizes that the contractor is accountable for quality control while the government ensures fair assessment. Key roles include the Contracting Officer (CO) responsible for overall contract compliance, and the Contracting Officer’s Representative (COR) overseeing technical aspects and maintaining performance records. Performance standards delineate specific metrics contractors must meet, summarized within defined domains such as access to care, quality of care, veteran satisfaction, and coordination of care. Each domain includes performance metrics, acceptable quality levels (AQL), and monitoring methods, often involving monthly and quarterly evaluations through various reports. The QASP is adaptable, allowing for revisions coordinated with the contractor, emphasizing continuous improvement. Performance ratings range from "Exceptional" to "Unsatisfactory," impacting future contracting decisions based on documented outcomes. This plan underscores the government's commitment to maintaining high-quality healthcare services for veterans and ensuring compliance with contract terms through rigorous evaluation and corrective actions. Overall, it serves as a crucial framework for overseeing service delivery and quality standards in federal contracts.
    The document, identified as Attachment D.6, has been reserved and subsequently removed, implying it is no longer part of the relevant federal or state grant and RFP frameworks. Its absence denotes a gap or a shift in the provided information regarding ongoing solicitations or grants. This removal does not present any actionable data or insights but instead indicates an internal decision within the government documentation process. Such adjustments may occur frequently to refine or update funding opportunities or strategic initiatives in response to changing needs or priorities. The document does not provide specific details or content, highlighting the importance of staying informed about adjustments in governmental solicitation documents. This removal may impact stakeholders seeking clarity on the availability of grants or proposals for federal and local partnerships, emphasizing the necessity of remaining vigilant for updates in government communications.
    The document presents a Small Business Subcontracting Plan model outline, required for federal contracts to ensure engagement with small business concerns. It details essential components necessary for compliance with FAR 52.219-9, emphasizing the importance of submitting a well-structured plan for subcontracting activities. The plan must cover the entire period of performance and align with the company’s fiscal year, including specific data on estimated subcontracting values categorized by various types of small businesses. Key sections outline goals for subcontracting with small businesses, methods for identifying potential sources, recordkeeping requirements, and the need for equitable opportunity and cooperation with subcontractors. The contractor's good faith efforts to use small businesses in contract execution and prompt payment protocols are also highlighted. Overall, the document aims to guide contractors in developing a comprehensive subcontracting plan to facilitate small business utilization while adhering to federal regulations, thus promoting economic inclusivity within the government contracting framework.
    The document outlines the Veterans Affairs (VA) Pharmacy Benefits Management (PBM) program, specifically focusing on the VHA National Formulary as of January 2023. It details the medications covered under the formulary system, which includes various drugs categorized in a structured format with dosage forms indicated. There is an emphasis on prior authorization requirements based on three levels: National, VISN (Veterans Integrated Service Network), and Facility, to ensure appropriate medication use for veterans. The document reflects a commitment to making drug coverage decisions at local levels while adhering to national guidelines. Key aspects include various medicinal classes, specific medication forms available, and the use of formulations tailored to veteran patient needs. The overarching purpose is to standardize and regulate medication access within the VA healthcare system, ensuring the effective management of pharmacy benefits through a streamlined formulary process.
    The "PACT Space Module Design Guide" outlines the Department of Veterans Affairs' framework for redesigning primary care environments to enhance the delivery of patient-centered health services through the Patient Aligned Care Team (PACT) model. It details three core principles: Patient-Centered Care, Coordination of Care, and Access to Care, all aimed at improving the veteran's healthcare experience. The guide describes the importance of creating an adaptable and modular clinic space that supports efficient workflows, protects patient privacy, and minimizes waiting times by collocating care teams and services. Key strategies include separating patient and staff flows to reduce congestion and enhance privacy and incorporating flexible room designs that can easily accommodate various clinical functions. The guide also emphasizes the need for ongoing collaboration between the VA, healthcare providers, and stakeholders to continuously develop and refine the design standards to meet evolving veteran needs. Ultimately, the guide serves as a critical resource in transitioning VA facilities to a more integrated, responsive healthcare environment that prioritizes veteran-centric care.
    The document relates to the Past Performance Survey for the Helena Community-Based Outpatient Clinic (CBOC) as part of RFP 36C24923R0047 for evaluating contractors' past performance. It provides a structured format for evaluators to assess the performance of the offeror based on specific criteria. Evaluators must rate the contractor's compliance, timeliness, management effectiveness, quality of work, flexibility, reliability, responsiveness, and other operational aspects using a defined rating scale, from Outstanding to Unacceptable. Key questions also address issues like invoice accuracy and professionalism. Additionally, evaluators are prompted to provide comments on any significant concerns, such as notices of non-compliance or customer satisfaction. The completed survey must be submitted via email to Angela Tucker by the specified deadline, September 14, 2023. This survey is pivotal for assessing past performance to inform future contract awards, showcasing the government's due diligence in maintaining high service standards.
    This document outlines the Contractor Organizational Conflict of Interest Certification Statement required for proposals related to services provided to the Veterans Administration Medical Center (VAMC). It mandates that contractors identify any potential conflicts of interest involving key personnel, consultants, and subcontractors engaged in the proposed project. Contractors must certify that none of the individuals involved have any past or present interests that could compromise their impartiality or integrity in fulfilling the contract. Alternatively, if conflicts exist, contractors are required to submit an attached statement detailing these conflicts alongside mitigation strategies. The section is completed with certification from a designated official, emphasizing the importance of transparency and ethics in government contracting. This certification process is crucial to maintaining fairness and integrity in the procurement of federally funded services.
    This document serves as a Contractor Certification related to compliance with the Immigration and Nationality Act of 1952, concerning contractors providing services to the Department of Veterans Affairs (VA). It mandates that contractors certifying to the VA must ensure all employees involved are either U.S. citizens, U.S. nationals, or legally admitted aliens. Contractors are explicitly prohibited from knowingly hiring illegal aliens or non-immigrant foreigners who do not maintain their legal status. Failure to comply may lead to the prohibition of the non-compliant individual from working on VA-related services, which could result in contract termination. Additionally, contractors are required to obtain similar certifications from their subcontractors. The certification emphasizes the gravity of providing accurate information, noting potential legal consequences for false statements. This document establishes essential responsibilities regarding immigration compliance within the context of federal and local procurement processes, ensuring that the labor force employed under these contracts meets legal requirements and maintains the integrity of services rendered to veterans.
    The VA Handbook 6500.6 Appendix D outlines the Contractor Rules of Behavior for individuals working under contracts with the Department of Veterans Affairs (VA). This User Agreement highlights that contractors have no expectation of privacy while accessing VA information systems and resources. They consent to monitoring and reviews by authorized VA personnel to ensure compliance with security measures. Key responsibilities include following proper procedures for accessing information, using only authorized systems, and protecting sensitive data through encryption and secure password practices. Contractors must report security incidents and adhere strictly to VA's data privacy directives. Additional conditions address the use of non-VA technology resources, emphasizing the need for direct VA network connections and prohibiting the use of public IT systems for sensitive information. Violations of these rules may lead to criminal, civil, or administrative penalties. Overall, the document establishes necessary security protocols to protect VA information assets while affirming contractors’ responsibilities in maintaining data integrity and security during their engagement with the VA.
    The document outlines the Veterans Affairs (VA) patient enrollment priority groups, crucial for managing access to healthcare benefits for Veterans. It categorizes Veterans into eight distinct priority groups based on service-connected disabilities, age, income levels, and other factors. Priority Groups 1 through 4 are reserved for those with higher service-connected disability ratings and special recognitions, such as the Medal of Honor recipients and Former Prisoners of War. Group 5 includes Veterans with nonservice-connected disabilities whose incomes fall below specified limits, while Group 6 pertains to compensable 0% service-connected Veterans and those exposed to certain hazardous conditions. Groups 7 and 8 focus on Veterans based on their household income levels and willingness to pay copays. Additionally, the document specifies eligibility criteria for enrollment, outlining subpriorities based on enrollment status and income thresholds. Those not meeting these criteria are deemed ineligible for enrollment. This structured approach showcases the VA's commitment to ensuring that healthcare services are fairly distributed among Veterans based on their individual circumstances, thus underscoring the importance of this enrollment system in delivering comprehensive healthcare support.
    The document outlines the reporting requirements and deliverables mandated for contractors working with the Tennessee Valley Healthcare System (TVHS). It specifies responsibilities for the accuracy, completeness, and timely submission of reports related to healthcare operations and management. Key deliverables include past performance references, facility information, management plans, and certifications for staff, with specific submission timelines – primarily at the proposal stage or upon contract renewal. The responsibilities detailed extend to compliance with various technical evaluation factors, submissions to the Contracting Officer or designated representatives, and adherence to safety and certification requirements, including background investigations and training certifications. Additional obligations involve submitting patient safety reports, grievances, and maintenance of accreditation status. The document serves as a guideline for ensuring the contractor meets all stipulated deliverables associated with their agreement, emphasizing the commitment to operational excellence and regulatory compliance in providing healthcare services. Overall, it reflects the structured approach the federal government takes in managing RFPs and ensuring accountability within contract frameworks.
    The document outlines the procedures and requirements for conducting security checks and background investigations for contractors working with the Department of Veterans Affairs (VA). It details the services provided by the VHA Service Center Personnel Security, including fingerprint submission, verification of existing investigations, initiation of new investigations, and management of PIV badges. The document specifies instructions for submitting a Contract Security Services Request, emphasizing the need for complete information regarding contractors’ personal details, investigation levels, and contract specifics. Key forms include the Contract Security Services Request, which requires signatures from the contracting officer, and a fingerprint request instructional form, necessary for obtaining fingerprinting services. The document also addresses the Declaration for Federal Employment, outlining the importance of accurate and truthful responses for determining suitability for federal positions. This comprehensive guide assists contracting entities in fulfilling federal security requirements, ensuring that personnel meet the necessary qualifications and security standards before engaging in VA projects. The procedures aim to safeguard the integrity of federal employment processes while adhering to relevant laws and regulations.
    The document outlines the Office of Information and Technology's (OIT) new Infrastructure Standard for Telecommunications Spaces (v3.1), effective July 1, 2021, emphasizing its implementation across all VA facilities during planning, design, and construction stages. It introduces guidelines that project teams must follow in coordinating with the Data Center Infrastructure Engineering (DCIE) to resolve conflicts with existing Technical Information Library (TIL) standards. The purpose is to enhance project planning, reduce redesign costs, and ensure that the VA's IT infrastructure can incorporate technological advancements efficiently. Key aspects include the necessity of documenting conflicts between standards, addressing room designations and dimensions, HVAC configurations, and cable specifications. The document also emphasizes collaboration between stakeholders and documentation practices for lessons learned. Upcoming plans include regular updates to the OIT standards and their integration into TIL standards. Overall, this alert is vital for ensuring uniform standards in telecommunications spaces within the VA framework, facilitating better management of IT-related infrastructure in compliance with federal guidelines.
    The document outlines various federal and local Request for Proposals (RFPs) and grants aimed at funding multiple projects within government sectors. Key topics include the specification of funding eligibility, application procedures, and compliance requirements for project submissions. The RFPs cover a range of services such as infrastructure improvement, environmental assessments, and community development initiatives. The emphasis is placed on adherence to local regulations and federal guidelines, particularly regarding labor and wage determinations outlined in the Department of Labor’s wage schedules. The purpose of these proposals is to foster sustainable community growth, enhance public services, and ensure safety compliance through proper project execution. By detailing the requirements and expectations, the document seeks to facilitate applicants in understanding the criteria for funding opportunities, ultimately supporting effective project management and execution at various government levels.
    The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) for Community Based Outpatient Clinic (CBOC) Services primarily in Holly Springs, Mississippi. This acquisition aims to enhance healthcare delivery for veterans through an indefinite-delivery indefinite-quantity (IDIQ) contract, which includes a base year and up to nine option years, with an estimated total ceiling amount of $40 million. Key services encompass primary and mental health care, with billing based on a monthly capitated rate per enrolled veteran. Contractor staffing requirements demand a patient-aligned care team (PACT) including registered nurses, physicians, advanced practice registered nurses, and clinical associates. The contractor must adhere to stringent quality assurance standards and VA policies while ensuring a robust staffing model to handle up to 1,515 patients. This initiative aligns with the VA's mission to provide accessible and comprehensive care, catering to both assigned and unassigned veterans. The proposal emphasizes the importance of strategic planning, resource management, and compliance with both healthcare standards and state regulations for efficient service delivery.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AM 4- Q201--Kosciusko CBOC Services (new Long Term) 586
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of Community Based Outpatient Clinic (CBOC) services in Kosciusko, Mississippi, under solicitation number 36C25625R0028. The contract, valued at $25.5 million, aims to deliver comprehensive medical and mental health care services to veterans, requiring adherence to strict staffing qualifications and the establishment of a Patient Aligned Care Team (PACT). This initiative is crucial for enhancing healthcare access and quality for veterans in the region, reflecting the VA's commitment to improving health outcomes. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Contract Specialist Melanie Hawley at Melanie.Hawley@va.gov or by phone at 228-523-4394.
    Q702--Pflugerville Initial Outfitting Transition and Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the Pflugerville Community Based Outpatient Clinic (CBOC), with the goal of achieving operational readiness by February 2028. The procurement encompasses comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, as well as logistical support to facilitate a seamless transition for healthcare operations. This initiative is critical for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and promoting opportunities for small businesses, particularly those owned by service-disabled veterans, with a total funding amount of $20 million. Interested contractors should contact Lesa M. Crockett at lesa.crockett@va.gov for further details and to participate in the proposal process.
    Q402--RFP- CONTINUOUS CNH
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.
    Q201--CBOC Services - Alamogordo, NM for New Mexico VA Health Care System (NMVAHCS)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community-Based Outpatient Clinic (CBOC) services in Alamogordo, New Mexico, under the New Mexico VA Health Care System (NMVAHCS). This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide essential outpatient care services to veterans in the region. The amendment to the solicitation has extended the timeline for vendor inquiries to February 7, 2025, with the proposal submission deadline now set for March 10, 2025, at 10:00 AM PDT. Interested vendors should acknowledge receipt of this amendment and can contact Contract Specialist Ramonalisa Aviles at Ramonalisa.Aviles@va.gov for further information.
    Q702--John J. Pershing Farmington VA Healthcare Clinic (HCC) IOTA Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Farmington VA Healthcare Clinic in Farmington, MO. The objective of this procurement is to enhance healthcare services for veterans by constructing a facility that will expand care offerings, including primary care, mental health, and specialty services, thereby alleviating capacity issues at the John J. Pershing VAMC in Poplar Bluff. This firm-fixed-price contract is crucial for improving operational efficiency and the overall veteran experience, with a performance period estimated at 33 months. Interested parties should note that the solicitation is expected to be published on March 20, 2025, with proposals due by April 22, 2025; inquiries should be directed to Contract Specialist Katherine Johnson at Katherine.Johnson6@va.gov or by phone at 216-447-8300.
    36C25525R0003 HEALTHCARE FOR HOMELESS VETERANS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Health Care for Homeless Veterans (HCHV) program, specifically for contracted Emergency Residential Services (CERS) at the Kansas City VA Medical Center. The contract, valued at $13.5 million, aims to provide safe and supportive housing for up to 45 homeless veterans, along with essential case management and mental health stabilization services, facilitating their transition to permanent housing within 30 to 90 days. This initiative is critical in addressing veteran homelessness and ensuring that veterans receive the necessary support and care in a secure environment. Interested parties should contact Patricia Trusler at patricia.trusler@va.gov or call 913-946-1118 for further details regarding the solicitation process.
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space for a Community-Based Outpatient Clinic (CBOC) in Hagerstown, MD. The procurement aims to establish a facility that meets the healthcare needs of veterans, adhering to the Patient Aligned Care Team (PACT) model and incorporating modern design standards for accessibility, security, and energy efficiency. This initiative is crucial for enhancing the delivery of healthcare services to veterans, ensuring compliance with federal regulations and quality standards. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025. Interested parties can contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov or (304) 263-0811 ext. 2033 for further information.
    Q402-Community Nursing Homes - Memphis, TN catchment
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Community Nursing Home (CNH) services within the Memphis, TN catchment area. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide specialized nursing care services for veterans, ensuring compliance with Medicare standards and the provision of necessary ancillary supplies and medications. This initiative is crucial for delivering high-quality care to veterans, reflecting the VA's commitment to maintaining operational flexibility and statutory compliance in healthcare services. Interested parties can contact Melvin Cole at melvin.cole@va.gov for further information, with the contract spanning a base period of one year and options for four additional years, emphasizing the importance of timely acceptance of VA referrals and adherence to health and safety standards.
    Looking to Lease in Cambridge, MN New Community Outpatient Clinic (CBOC) space SDVOSB Set-Aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a new Community-Based Outpatient Clinic (CBOC) space in Cambridge, Minnesota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement requires a facility ranging from 21,224 to 26,954 ANSI/BOMA square feet, with strict adherence to various federal, state, and local codes, including accessibility and security standards. This clinic will serve as a vital healthcare resource for veterans, emphasizing patient-centered care and operational efficiency. Proposals are due by March 4, 2025, and interested parties should contact Robert Hausman at robert.hausman2@va.gov or Ryan M Miller at Ryan.Miller11@va.gov for further details.
    Q201--DME Huntington VAMC (VA-25-00036108)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Durable Medical Equipment (DME) and related services for veterans at the Huntington Veterans Affairs Medical Center in West Virginia. The contractor will be responsible for the timely delivery, setup, maintenance, and pickup of government-owned DME, ensuring compliance with health and safety regulations and Joint Commission standards from April 1, 2025, through March 31, 2030. This contract, structured as a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a minimum obligation of $50,000, underscores the government's commitment to providing high-quality care for veterans while ensuring regulatory compliance and efficient service delivery. Interested parties can contact Contract Officer Darcy J Gray at Darcy.Gray2@va.gov or (202) 745-8000 for further information.