U006--CH36 - Personalized Career Planning & Guidance (PCPG)
ID: 36C10D25R0010Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

Vocational Rehabilitation Services (624310)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)
Timeline
    Description

    The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Personalized Career Planning and Guidance (PCPG) Services. This procurement, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to assist Servicemembers, Veterans, and eligible Dependents in achieving their academic and vocational goals. The contracts will be awarded for four geographic districts—Pacific, Continental, Southeast, and Northeast—with an eight-month base period followed by four one-year option periods, ensuring a minimum guaranteed amount of $25,000 per awardee and a maximum aggregate value of $9,000,000 per awardee. Interested offerors must register on SAM.gov and verify their SDVOSB status in the SBA certification database, with the solicitation expected to be available around January 7, 2026, and responses due by February 6, 2026. For further inquiries, contact Edward Bradford at edward.bradford@va.gov or call 254-299-9807.

    Point(s) of Contact
    Edward D BradfordContract Specialist
    edward.bradford@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a pre-solicitation notice for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Chapter 36, Personalized Career Planning and Guidance (PCPG) Services. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to assist Servicemembers, Veterans, and eligible Dependents in achieving academic, vocational, and employment goals. The VA intends to award a single IDIQ contract for each of four districts: Pacific, Continental, Southeast, and Northeast. The contracts will have an eight-month base period and four one-year option periods, with a minimum guaranteed amount of $25,000 per awardee and a maximum aggregate value of $9,000,000 per awardee. The solicitation, identified by number 36C10D25R0010, is anticipated to be available around January 7, 2026, with responses due by February 6, 2026. Interested offerors must be registered on SAM.gov and verified as an SDVOSB in the SBA certification database. The applicable NAICS code is 624310, Vocational Rehabilitation Services.
    This government solicitation, VA36C10D25R0010, issued by the Department of Veterans Affairs, seeks proposals for Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Personalized Career Planning and Guidance (PCPG) Services. The government intends to award four IDIQ contracts, one per district, with a minimum guaranteed amount of $25,000 per awardee and a maximum aggregate value of $9,000,000 per awardee. The anticipated period of performance includes a base period from April 1, 2026, to November 30, 2026, and four one-year option periods extending through November 30, 2030. Key aspects of the solicitation include detailed contract administration data, electronic invoicing procedures, task order processes, and provisions for protests and contractor performance evaluation. A significant portion of the document is dedicated to IT contract security, outlining stringent requirements for access to VA information and systems, data handling, system design, hosting, incident investigation, and training, all in compliance with federal and VA regulations such as FISMA, HIPAA, and NIST standards. Liquidated damages for data breaches are also specified. The contract incorporates various FAR and VAAR clauses covering commercial products and services, ordering, option to extend services, availability of funds, and security prohibitions.
    The document is a template for a government Request for Proposal (RFP), federal grant, or state/local RFP, designed to outline labor categories, sell rates, and associated costs across various Contract Line Item Numbers (CLINs). It features a tabular structure for recording hours and dollars for different labor categories under CLINs 0001 through 0004, CLIN 0004 through 0005, CLIN 1001 through 1004, CLIN 2001 through 2004, CLIN 3001 through 3004, and CLIN 4001 through 4004. Each section includes placeholders for
    The Centralized Administrative Accounting Transactions System (CAATS) is a web application developed by the Department of Veterans Affairs (VA) for the Veterans Benefits Administration (VBA). This training guide, version 3.1, dated February 8, 2024, details how external users, primarily contractors, interact with CAATS to submit electronic invoices for services provided to Veterans under various programs like the National Contract Chapter 31 and 36, and the Local Discrete Service Program. The system aims to streamline accounting document processing, replacing manual methods with automated preparation, approval, and transaction processing into the VA Financial Management System (FMS). Key aspects covered include logging in (with new multi-factor authentication guidance), resetting passwords, creating and researching invoices, and updating user profiles. The document also provides a comprehensive FAQ section addressing common errors and system functionalities, along with appendices for the CAATS Contractor Access Form and contact information for support.
    The Department of Veterans Affairs (VA) is seeking contractor assistance for its Personalized Career Planning and Guidance (PCPG) program. This initiative, governed by Title 38 USC Chapter 36, aims to provide eligible Servicemembers, Veterans, and Dependents with comprehensive educational and vocational counseling, guidance, and assessments. The services include helping Veterans set academic and vocational goals, overcome barriers, and create written action plans. The period of performance consists of an 8-month base period and four 12-month option periods, with an anticipated start in April 2026. Counseling sessions will occur in various cities across four districts within a 50-mile radius of city halls, offering in-person or virtual options based on Veteran preference. Contractors must provide ADA-compliant and private facilities. Key deliverables include Educational and Career Assessment Reports, Employment Service Reports, Education Service Reports, and Counseling Session Service Reports, all submitted as a Personalized Development Plan (PDP) within 30 days of the respective counseling session. The contract emphasizes quality control, requiring contractors to develop and maintain a Quality Control Plan (QCP) and adhere to a 90% acceptable quality level for timely and in-scope report delivery and customer satisfaction. Key personnel, including Program Managers and Counselors, must meet specific educational and experience requirements. All contractor personnel requiring access to government sites or systems must undergo background investigations. The contract will commence with a kick-off meeting within 10 calendar days of the award.
    RFP No. 36C10D25R0010 requires offerors to submit three past performance data forms detailing recent and relevant contract experience. For each project, offerors must provide their company name, project title, and specific contract details including a description of effort as a prime or subcontractor, contract number, original and final contract values with reasons for any differences, and the contract period of performance with explanations for schedule changes. A detailed description of the work performed and its relevance to the solicited project is required, along with an indication of work performed by subcontractors and whether they will be used again. Offerors must also describe any problems encountered and the corrective actions taken. Finally, a point of contact for the owner/government agency contracting officer or inspector, including phone number and email address, must be provided.
    The Personalized Career Planning and Guidance (PCPG) Past Performance Questionnaire is a comprehensive evaluation tool designed for federal, state, and local government RFPs and grants. It assesses a contractor's past performance across several key areas to inform future contract awards. The questionnaire requires details such as the contractor's name, contract number, title, and period of performance. Evaluators rate the contractor on a five-point scale (1-5, plus N/A) for overall quality of goods/services, satisfaction of delivery schedule/timeliness, cost control, and management/business relations. Additionally, it addresses regulatory issues and asks for a description of services/products provided. Critical questions delve into past performance problems, including cure notices, terminations for cause/default, CPARS database filings, and whether the evaluator would award the contractor another contract. This structured approach helps government agencies make informed decisions by thoroughly reviewing a contractor's historical performance.
    This document is a price/cost schedule for a government contract, detailing services and estimated quantities across a base year and four option years. The contractor is required to provide Personalized Development Plans (PDP) and Educational and Career Assessment Reports, Employment Service Reports, Educational Service Reports, and Counseling Session Service Reports. These services are outlined in Deliverables 7.2.1, 7.2.2, 7.2.3, and 7.2.4 of the Performance Work Statement. The quantities listed for each item are estimates, and the contract allows for price adjustments if actual quantities vary by more than 20% from these estimates. The document clearly segregates the CLINS (Contract Line Item Numbers) for the base year (0001-0004) and each subsequent option year (1001-1004, 2001-2004, 3001-3004, and 4001-4004), providing a structured framework for potential ordering and performance periods.
    This government file outlines the Price/Cost Schedule for the PCPG - NORTHEAST contract, detailing estimated quantities for various services across a base year and four option years. The contractor is required to provide Personalized Development Plans and Educational and Career Assessment Reports (Deliverable 7.2.1), Employment Service Reports (Deliverable 7.2.2), Educational Service Reports (Deliverable 7.2.3), and Counseling Session Service Reports (Deliverable 7.2.4). All quantities, except for CLIN 0005, are estimates. Proposals will be evaluated based on these estimated quantities, with a provision for contract price adjustment if actual quantities vary by more than 20% above or below the estimate through a bilateral modification. The document clearly segregates CLINS for the base period (0001-0004) and each of the four option years (1001-1004, 2001-2004, 3001-3004, and 4001-4004).
    The document outlines a price/cost schedule for various services, structured across a base period and four option years (Option Year 1 to Option Year 4), each delineated by specific CLINs. The contractor is required to provide a Personalized Development Plan (PDP) and Educational and Career Assessment Report (Deliverable 7.2.1), an Employment Service Report (Deliverable 7.2.2), an Educational Service Report (Deliverable 7.2.3), and a Counseling Session Service Report (Deliverable 7.2.4). Each service has estimated quantities that vary slightly across the different periods. All quantities, except for CLIN 0005, are estimates for evaluation purposes, with a provision for contract price adjustment if actual quantities deviate more than 20 percent from the estimates. This structure allows for a multi-year engagement with defined deliverables and a mechanism for quantity-based price adjustments.
    This document outlines a price/cost schedule for a government contract, specifically detailing estimated quantities for various services across a base year and four option years. The contractor is responsible for providing Personalized Development Plans (PDP) and Educational and Career Assessment Reports (Deliverable 7.2.1), Employment Service Reports (Deliverable 7.2.2), Educational Service Reports (Deliverable 7.2.3), and Counseling Session Service Reports (Deliverable 7.2.4). Each service has estimated quantities listed per year. The document clarifies that all quantities, except for CLIN 0005, are estimates, and proposals will be evaluated based on these figures. It also states that if actual quantities deviate more than 20 percent from the estimates, the contracting officer may adjust the contract price through a bilateral modification. The CLINS are clearly defined for each year of performance, from the base period (0001-0004) through Option Year 4 (4001-4004).
    Similar Opportunities
    R408--Acquisition Support Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    C1DA--Amendment 0001 - Responses to Technical Questions National AE IDIQ MATOC On-Ramping Opportunity 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for an on-ramping opportunity under its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This procurement aims to secure A-E services, including project site investigation, design development, and construction management, with a focus on healthcare infrastructure projects across the VA network. The contract has a shared capacity of $5 billion and a ten-year ordering period, with a minimum guaranteed fee of $2,500 for selected firms. Interested parties must submit their qualifications via the SF 330 form by January 28, 2026, at 1:00 PM ET, and can direct inquiries to Contract Specialist Sheila Vickers at sheila.vickers@va.gov or by phone at 813-816-7155 x100434.
    R699--Relocation Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Relocation Service Contract under solicitation number 36C24726R0007, specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contract encompasses relocation and reconfiguration services for the Atlanta VA Health Care System and its associated clinics, including tasks such as receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment within a 50-mile radius of Decatur, Georgia. This contract, valued at approximately $34 million, will be awarded for a base year with four option years, emphasizing the importance of compliance with strict security and privacy requirements. Interested parties must submit their proposals by January 9, 2026, at 11 AM EST, and can contact Gail Bargaineer at Gail.Bargaineer2@va.gov or 404-321-6069 for further information.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Ergonomic Assessment Services for the VA San Diego Healthcare System. The objective of this procurement is to enhance workplace ergonomics, thereby improving the health and productivity of employees and veterans. This service is crucial for ensuring compliance with health and safety standards while promoting a comfortable working environment. The total award amount for this contract is $19.5 million, with a contract period from February 6, 2026, to February 5, 2027. Interested parties must submit their proposals by January 27, 2026, at 1:00 PM MST, and can direct inquiries to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting 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 designated Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including estate planning, advanced directives, power of attorney, and financial planning services such as budgeting and debt management. The contract will be awarded as a single firm-fixed price and time and materials hybrid contract, with a base period of 12 months and four optional 12-month periods, emphasizing nationwide service coverage and compliance with HIPAA regulations. Proposals are due by January 8, 2026, at 10:00 AM Eastern Time, and interested parties can contact Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653 for further information.
    Z1DZ--550-26-131 Exterior Repairs and Painting Building 35 and 39
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for exterior repairs and painting of Buildings 35 and 39 at the Veterans Affairs Illiana Healthcare System (VAIHCS) in Illinois. This project, designated as 550-26-131, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary tools, materials, labor, and supervision while adhering to applicable federal, state, local, and VA regulations, including a one-year warranty on work performed. The estimated project magnitude is between $250,000 and $500,000, with the solicitation expected to be released around January 26, 2026, and bids due by February 25, 2026. Interested parties should ensure they are registered and verified as SDVOSBs in the System for Award Management (SAM) database and may contact Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov or (414) 844-4887 for further information.
    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.
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the National Prescription Eyeglasses Manufacturing contract, aimed at providing prescription eyeglasses for eligible Veterans across all VA Medical Centers and their catchment areas nationwide. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and encompasses a wide range of eyeglass products, including various lens types and frame options, with strict adherence to quality control and timely delivery requirements. The contract will be structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a ten-year performance period, including a five-year base and one five-year option, with proposals due by January 15, 2026, at 16:30 EST. Interested parties should direct inquiries to Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov.
    Q201--NEW Savannah CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Savannah, Tennessee, under solicitation number 36C24925R0057. The contract aims to provide primary and mental health care services to veterans, with a base period from October 1, 2026, to September 30, 2027, and includes nine one-year option periods extending through September 30, 2036. This procurement is crucial for ensuring accessible and quality healthcare for veterans, emphasizing adherence to VA performance standards and specific staffing requirements, including a Patient Aligned Care Team (PACT). Interested parties must submit their proposals by January 23, 2026, and can direct inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov, with an estimated total award amount of $25.5 million.