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
  1. 1
    Posted Feb 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 3:00 PM UTC
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, encompassing primary and mental health care services, with a total estimated ceiling amount of $40 million over a base year and up to nine option years. This initiative is crucial for providing accessible and comprehensive care to veterans, ensuring adherence to stringent quality assurance standards and VA policies. Interested contractors must submit their proposals by April 30, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Angela C. Tucker at Angela.Tucker2@va.gov.

Point(s) of Contact
Angela C TuckerContract Specialist
Angela.Tucker2@va.gov
Files
Title
Posted
Feb 12, 2025, 5:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
This government document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 9, regarding the procurement process for a contract. The primary purpose of this amendment is to extend the deadline for receipt of offers to April 15, 2025, at 10:00 AM CDT. This extension allows additional time for vendors to submit questions and for updates to the Performance Work Statement (PWS). The document outlines mandatory procedures for acknowledging receipt of the amendment by submitting copies of the document, including specified instructions about modifying existing offers. It is emphasized that failure to acknowledge the amendment may result in rejection. This amendment reflects the ongoing adjustments in the contracting process to ensure all interested parties are adequately informed and can participate effectively. The overall aim is to facilitate a fair and transparent procurement process while ensuring compliance with federal regulations.
Apr 8, 2025, 3:07 PM UTC
The document pertains to the amendment of a solicitation issued by the Department of Veterans Affairs (VA), specifically relating to RFP 36C24924R0063. The primary purpose of this amendment is to extend the proposal submission deadline to April 30, 2025, at 10:00 AM CT, allowing additional time for the VA to address vendor inquiries. Key content includes responses to 59 vendor questions, clarification regarding submission requirements, and updates to the Performance Work Statement (PWS) prompted by vendor feedback. Notably, past performance surveys are required, adjustments to staffing documentation needs have been made, and clarity on the submission of certain licenses and certifications has been provided. The amendment outlines that all prior terms of the solicitation remain valid unless specifically altered. This document emphasizes the VA's commitment to transparent communication with potential contractors while ensuring compliance with federal procurement regulations. Overall, the amendment is designed to refine the solicitation process, enhance vendor participation, and ultimately secure high-quality service for veterans.
Apr 8, 2025, 3:07 PM UTC
This document is an amendment to solicitation number 36C24924R0063, issued by the Department of Veterans Affairs, specifically the Network Contracting Office 9 in Murfreesboro, Tennessee. The main purpose of this amendment is to add and update several attachments related to the solicitation. Key attachments include: Attachment D.8, which focuses on the CFM-CBOC Prototype Design; Attachment D.8b, a guide template for OIT design; and an updated Attachment D.14, which pertains to the Past Performance Survey. Contractors are instructed to replace any previously uploaded version of Attachment D.14 with this updated document. The amendment emphasizes the importance of acknowledging receipt prior to the designated deadline to ensure the offer remains valid. This document showcases the adherence to necessary procedural updates typically associated with government RFPs, ensuring that all potential contractors have the correct, up-to-date information to submit their offers effectively.
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
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.
The document outlines the Past Performance Survey for the Holly Springs Community Based Outpatient Clinic (CBOC), part of the VA contracting process. Evaluators are instructed to complete the survey by April 30, 2025, emailing it directly to Angela Tucker. The form collects essential information about the evaluator, including their relationship to the contractor being assessed. Evaluators must rate the contractor's past performance on several criteria—such as compliance with contract requirements, timeliness, management effectiveness, quality control, flexibility, reliability, and responsiveness—using a specified rating system from Outstanding (O) to Unacceptable (U). Additionally, questions about customer satisfaction, communication, invoicing accuracy, and professionalism are included. Evaluators are encouraged to provide remarks, particularly if performance was rated Marginal or Unacceptable. This survey serves to assess contractor capability and reliability for future government contracts, reflecting a systematic approach to evaluating service providers in the healthcare field.
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
The Department of Veterans Affairs (VA) is developing a standardized design and construction prototype for Community Based Outpatient Clinics (CBOC) to enhance operational efficiency and facilitate cost savings. The project aims to create modular designs adaptable for different clinic sizes while adhering to Patient Aligned Care Team (PACT) models, which focus on patient-centered care. The initiative encompasses three prototypes of varying sizes—20,000 NUSF, 50,000 NUSF, and 80,000 NUSF—aimed at accommodating numerous clinical and administrative services. Key objectives include implementing standardized design modules, fostering off-site construction techniques, and ensuring flexibility to adapt to future healthcare trends. Design charrettes involving VA experts and stakeholders enabled collaborative solutions to enhance the functional layout across different CBOCs. The report outlines service capabilities and configurations for each prototype, addressing the diverse healthcare needs of veterans, while maintaining compliance with existing VA standards. Additionally, it emphasizes the importance of optimizing patient and staff flow, reducing bottlenecks, and improving overall clinical operations. The document serves as a comprehensive guide for the development, planning, and execution of scalable outpatient clinics that meet evolving demands and support improved healthcare delivery.
Apr 8, 2025, 3:07 PM UTC
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.
Apr 8, 2025, 3:07 PM UTC
The document serves as the OIT Design Guide Templates created by the Department of Veterans Affairs for IT Operations and Services concerning critical telecommunications spaces in clinical and non-clinical environments. It outlines comprehensive specifications and designs for various types of telecommunications rooms and data centers, focusing on requirements such as electrical, mechanical, and structural considerations. Key elements include the necessary size and layout specifications for telecommunications and entrance rooms, along with guidance on equipment like power distribution units (PDUs) and cooling systems, tailored per room type. The guide emphasizes compliance with regulations and standards while ensuring efficient operation within VA facilities. This structured approach aims to standardize data center engineering practices, fostering enhanced functionality and safety across the different operational environments of the Department of Veterans Affairs.
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.
Apr 8, 2025, 3:07 PM UTC
Apr 8, 2025, 3:07 PM UTC
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
Presolicitation
Similar Opportunities
X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.
Q201--CBOC Services - Alamogordo, NM for New Mexico VA Health Care System (NMVAHCS)
Buyer not available
The Department of Veterans Affairs is seeking proposals for Community-Based Outpatient Clinic (CBOC) services in Alamogordo, New Mexico, as part of the New Mexico VA Health Care System (NMVAHCS). This procurement 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 proposal submission deadline to April 25, 2025, at 10:00 AM PST, allowing offerors additional time to refine their proposals based on clarifications regarding the price schedule and scope of services. Interested parties can contact Contract Specialist Ramonalisa Aviles at Ramonalisa.Aviles@va.gov for further information.
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.
36C25625Q0757 Springfield Missouri Ambulatory Surgical Center
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide services for an Ambulatory Surgical Center in Springfield, Missouri, with a focus on delivering surgical care, including cataract surgeries, to veterans. The procurement aims to establish a fixed-price contract for a five-year period, utilizing a "Best Value Comparative Evaluation Source Selection" method, with a minimum guaranteed amount of $500,000 for the first fiscal year and a total maximum value of $5.55 million over the contract's duration. Interested parties must respond to the Sources Sought notice by April 18, 2025, and are required to register with the System for Award Management (SAM.gov) to be eligible for consideration. For further inquiries, contractors can contact Tiffany Lee-Franklin at Tiffany.Lee-Franklin@va.gov.
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.
Z1DA--Battle Creek JOC IDIQ 515-24-500
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract titled "Battle Creek JOC IDIQ 515-24-500," aimed at providing general construction services at the Battle Creek VA Medical Center in Michigan. This opportunity is specifically available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236220, with project values ranging from $2,000 to $750,000 over a five-year period. The selected contractors will be responsible for adhering to strict safety and regulatory standards, including the development of safety plans and compliance with OSHA regulations, ensuring a safe working environment throughout the project duration. Proposals must be submitted electronically by April 24, 2025, and interested parties can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation 36C26324R0038 0002
Buyer not available
The Department of Veterans Affairs is soliciting proposals for nursing home services under the amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation (36C26324R0038 0002). The objective is to establish Indefinite Delivery Indefinite Quantity Contracts (IDIQs) for community nursing home services to support the Minneapolis VA Health Care System, with proposals accepted until December 31, 2024. This initiative is crucial for providing quality care to veterans, ensuring that facilities meet Medicare qualifications and adhere to established standards. Interested offerors must register in the System for Award Management (SAM) and submit proposals via email to the designated contact, Matthew Rose, at matthew.rose3@va.gov, by the extended deadline of July 31, 2025. The total estimated award amount is approximately $34 million, with multiple contracts anticipated.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System, specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a maximum collective value of $1 billion over a five-year ordering period, focusing on various construction services including renovations and infrastructure improvements. The project is critical for enhancing healthcare capabilities for veterans, ensuring compliance with stringent safety protocols, and maintaining operational integrity during construction. Interested contractors must submit their proposals, including past performance data and price schedules, by the specified deadlines, with the seed project estimated to cost between $2 million and $5 million. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.
Y1DZ--586-22-101 Repurpose PT/OT Space for IMD
Buyer not available
The Department of Veterans Affairs is preparing to issue a presolicitation notice for a construction project aimed at repurposing physical therapy and occupational therapy space at the G.V. (Sonny) Montgomery Medical Center in Jackson, MS. This initiative invites Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in various construction and renovation tasks, including electrical, plumbing, HVAC, and site improvements, with an estimated budget between $2,000,000 and $5,000,000. The project is significant for enhancing the facility's capabilities to serve veterans, and the performance timeline is set for 548 calendar days post-award. Interested contractors should register on SAM.gov for notifications and ensure they meet eligibility requirements as SDVOSBs prior to the anticipated solicitation release on or around May 5, 2025, with proposals due approximately 30 days later.
Memphis VA Medical Center Interactive Digital Wellness Platform
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Interactive Digital Wellness Platform to enhance wellness services at the Memphis VA Medical Center. The objective is to provide 24/7 on-demand wellness classes, including yoga, tai chi, and meditation, specifically targeting service-disabled veteran-owned small businesses (SDVOSBs) to address limitations caused by hiring freezes and space constraints. This initiative is crucial for improving health and wellness services for veterans and staff, ensuring secure access to these services while maintaining user data protection. Interested vendors must submit their quotes by April 11, 2025, with a performance period from May 1, 2025, to April 30, 2030, and can contact Rebecca Espinoza at rebecca.espinoza@va.gov or 615-225-6998 for further details. The total budget ceiling for this five-year Blanket Purchase Agreement (BPA) is set at $200,000.