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

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS 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
    Loading similar opportunities...