Q531--Nephrology Providers -VACIHCS New Stand Alone POP: 3/1/25-2/28/26+4
ID: 36C26325R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

Q531

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide nephrology services at the Central Iowa VA Health Care System in Des Moines, Iowa. The contract is set to commence on March 1, 2025, and will run for one year, with the possibility of four additional one-year extensions, focusing on delivering comprehensive outpatient nephrology care to veterans. This procurement is critical for enhancing healthcare services for veterans, ensuring they receive specialized medical attention from qualified nephrologists and nurse practitioners. Interested bidders must submit their proposals by November 18, 2024, and can contact Contract Specialist Michael Cotton at Michael.Cotton@va.gov or 319-339-7029 for further information.

    Point(s) of Contact
    Michael CottonContract Specialist
    (319) 339-7029
    Michael.Cotton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking nephrology providers for the VACIHCS with a contract period from March 1, 2025, to February 28, 2026, and an option for a four-year extension. The solicitation number for this request is 36C26325R0005, with responses due by November 18, 2024, at 15:00 Central Time. The initiative is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under NAICS code 621111. The primary place of performance will be the Central Iowa VAHCS located in Des Moines, Iowa. Interested parties are instructed to review additional attached documents, which provide vital information related to the RFP, including rules of behavior, background investigation procedures, a quality assurance surveillance plan, immigration requirements, and conflict of interest guidelines. This solicitation aims to enhance healthcare services for veterans while promoting small business participation, in alignment with the federal government's contracting goals.
    The document outlines an amendment to a combined solicitation for Nephrology Providers by the Department of Veterans Affairs (VA) Network 23 Contracting Office. The contract duration is specified from March 1, 2025, to February 28, 2026, with a potential for an additional four years. Potential bidders must submit their responses by November 18, 2024. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code Q531 and NAICS Code 621111, focusing on outpatient care services. Supporting documents required for submission include policies and regulations such as VA Rules of Behavior, background investigation procedures, a Quality Assurance Surveillance Plan, compliance with the Immigration and Nationality Act, and guidelines on organizational conflicts of interest. The contracting office is located in Coralville, Iowa, while the place of performance is specified in Des Moines, Iowa. The main point of contact for this solicitation is Contract Specialist Michael Cotton, whose contact details are provided. This RFP serves as an essential framework for potential contractors to understand the requirements and compliance criteria for providing nephrology services to veterans.
    The document serves as an amendment to a solicitation related to the Department of Veterans Affairs, specifically identified as PROJECT NUMBER 36C26325R0005. The main purpose of this amendment is to replace previous solicitations and section D attachments that were posted on October 18, 2024. It emphasizes the need for contractors to acknowledge receipt of this amendment by the specified deadline through various methods, including returning copies of the amendment or confirming receipt on submitted offers. Key changes are made pursuant to Federal Acquisition Regulation (FAR) authority, ensuring all modifications are documented clearly. The document reiterates that except for the stated changes, all other terms of the original solicitation remain unchanged and in full effect. The Contracting Officer, Daniel Vagts, is responsible for the modifications. This amendment indicates the government's commitment to maintaining thorough communication and administrative compliance in the procurement process.
    The Department of Veterans Affairs (VA) outlines its National Rules of Behavior to regulate access to and use of its information systems and sensitive data. The document emphasizes that users have no expectation of privacy in their activities within these systems, and any unauthorized actions, such as data manipulation or misuse of resources, may lead to severe consequences, including disciplinary actions or criminal penalties. Users are responsible for reporting security incidents and ensuring compliance with VA policies, which also mandate protection and proper disposal of sensitive information. Key obligations include using authorized devices, following software licensing, securing sensitive data and environments, and ensuring encryption of information outside the VA's protected systems. The rules specify procedures for remote access and prohibit unauthorized disclosure or modification of user identity. Additionally, users must undergo periodic security training and may have their devices inspected for compliance with VA requirements. The document underscores the importance of safeguarding veterans’ information and maintaining the integrity of VA systems, establishing a clear framework for appropriate behavior among individuals accessing VA data in the context of federal operations and grants.
    The Department of Veterans Affairs (VA) National Rules of Behavior outlines essential guidelines for individuals accessing and using VA information and information systems. The document emphasizes the lack of privacy expectation when utilizing these systems and outlines prohibited actions, including unauthorized access or manipulation of VA data. It underscores the responsibility to report any security incidents or potential criminal violations and details consequences for violations which can include disciplinary measures and legal penalties. Specific behaviors mandated include proper security protocols for sensitive information, secure handling of devices, and adherence to software licensing. Users must ensure that sensitive VA information remains protected, use approved equipment for remote access, and complete requisite training. The document also states that refusal to sign these rules may affect employment status. Collectively, these rules serve as a foundational framework for ensuring the integrity, confidentiality, and security of VA information systems, aligning with federal compliance requirements.
    The document outlines procedures for conducting background investigations for contractor employees working under VA contracts. It consists of five main steps: 1. **Background Investigation Request Worksheet**: Contractors must submit a completed worksheet listing employees within five business days, ensuring secure transmission to the VHA Service Center Personnel Security Office (VSC). 2. **Fingerprinting**: All contractor employees are required to be fingerprinted within 14 calendar days, with exceptions for those with reciprocal background investigations. This includes completion of a Special Agreement Check (SAC). 3. **Submission of Background Investigation Documents**: Required documents must be submitted to the VA Security Investigation Center (SIC) within five business days after fingerprinting. Delays can lead to termination of the request. 4. **Personal Identity Verification (PIV) Card**: A PIV card is mandatory for all contractor employees following favorable SAC completion and an initiated background investigation. 5. **Training Completion**: Contractors must complete specified training and submit certificates along with signed Rules of Behavior to the Contracting Officer and their representative within five business days. The document serves as a guideline for ensuring compliance with federal regulations and maintaining the integrity of the vetting process for contractors assisting in VA functions, crucial in government RFPs and grant management settings.
    The document outlines the procedures and requirements for contractors engaging in work under the Radiation Therapy Contract with the Veterans Health Administration (VHA). It consists of five main steps for obtaining necessary background checks and clearances, starting with submitting a Background Investigation Request Worksheet within five business days. Contractors must ensure all employees are fingerprinted within 14 days unless they qualify for reciprocity from previous federal background checks. Following this, contractors are required to complete and submit various background investigation documents after receiving an automated email, with strict adherence to timelines and non-compliance consequences detailed. Additionally, each employee must obtain a Personal Identity Verification (PIV) card after successful background checks. The document emphasizes the collaboration between contractors, the VSC Personnel Security Office, and the VA Security and Investigations Center throughout the process. It provides extensive instructions for submitting requests, necessary forms, and timelines, ensuring that contractor personnel meet security requirements as mandated by federal regulations. This procedural framework highlights the VA's commitment to maintaining integrity and security across its contracted operations.
    The Quality Assurance Surveillance Plan (QASP) outlines the contractor's obligations and the standards for monitoring performance within a federal contract. It identifies contractor representatives and specifies that Contracting Officer Representatives (CORs) will provide quarterly progress reports relating to performance. The plan employs various surveillance methods, including direct observation, periodic inspections, random sampling of patient files, and verification of documentation to ensure compliance with performance standards and licensing requirements. Key performance metrics include adherence to clinical standards, board certification of physicians, timely patient access, reporting of safety incidents, maintaining current licensing, and completion of mandatory training. A rating system, including exceptional to unsatisfactory levels, is established for evaluating contractor performance, with documentation required for performance issues. The report also emphasizes formal communication between the COR and contracting officer regarding any performance deficits, necessitating corrective action plans. This QASP serves as a framework to ensure the delivery of quality healthcare services while adhering to regulatory standards and government expectations, ultimately contributing to effective contract management and oversight in federal procurements.
    The document outlines the Quality Assurance Surveillance Plan (QASP) for a government contract, detailing the roles of contractor representatives, performance standards, quality assurance methods, and documentation processes. The contractor is solely responsible for adhering to contract terms while the Contracting Officer Representatives (CORs) monitor compliance through quarterly reports and various evaluation methods, such as direct observation, periodic inspections, and random sampling of patient files. Performance standards include essential requirements such as clinical standards for care, qualifications of personnel, and timely incident reporting, leading to ratings that assess contractor performance from "Exceptional" to "Unsatisfactory." The document stipulates that any performance issues will be addressed through written communication and corrective action plans, ensuring ongoing compliance and quality service delivery. The QASP serves as a structured approach to guarantee that contractor services meet federal standards and enhances accountability in government contracts. It encapsulates the commitment to maintaining high standards through rigorous supervision and evaluation of contractor performance within the context of federal and state RFPs.
    The document outlines the Contractor Certification requirements in compliance with the Immigration and Nationality Act of 1952, as amended, specifically for contractors engaged with the Department of Veterans Affairs (VA). Contractors must ensure that they do not knowingly employ or subcontract individuals who are illegal aliens or foreign nationals lacking legal working status. Compliance with "E-Verify" under Executive Order 12989 is mandatory, alongside adherence to relevant Federal Acquisition Regulations. Non-compliance may result in the prohibition of the unauthorized individual from working on VA-related services, potentially leading to the contract's termination. Furthermore, contractors are obligated to secure similar certifications from subcontractors. The document underscores the serious implications of providing false information under U.S. law, highlighting the importance of adherence to established immigration and labor laws within government contracts. Overall, the purpose is to ensure legal conformity regarding employment practices involving non-immigrant foreign nationals working on VA contracts.
    The document outlines requirements for contractors providing services to the Department of Veterans Affairs (VA), specifically related to compliance with the Immigration and Nationality Act (INA) of 1952 and its amendments. Contractors must ensure they do not employ illegal aliens or foreign nationals violating their immigration status. They are also mandated to comply with E-Verify requirements as per Executive Order 12989 and relevant federal regulations. Failure to adhere to these stipulations may result in the prohibition of such foreign nationals from working on VA-related projects and can lead to termination of the contract. Additionally, contractors must obtain similar certifications from their subcontractors. The certification carries legal implications, including potential prosecution for false assertions. This document is integral to ensuring that contractors secure and maintain lawful employment practices while servicing veterans, reflecting the government’s emphasis on legal compliance within procurement processes.
    The VA Handbook 6500.6 provides essential guidelines for contractors and their personnel regarding information security and privacy when accessing VA information systems. It mandates compliance with federal laws and VA directives, ensuring contractors request access only as necessary for their contract tasks. Any contractor employees with access must undergo the same security investigations as VA personnel. Key requirements include immediate notification to the Contracting Officer of personnel changes, strict data usage limitations, and prohibition against unauthorized disclosure of sensitive information, particularly health records. Contractors must protect VA data with encryption and comply with stringent security assessments. In the event of a data breach, contractors face liquidated damages to fund credit protection services for affected individuals. Furthermore, periodic security compliance assessments are to be conducted by the VA, with contractors required to complete cybersecurity training before gaining access. The central focus of this document is to outline the security protocols and responsibilities expected of contractors managing VA information, thereby emphasizing the protection of sensitive information and adherence to security standards to mitigate risks associated with information breaches.
    The VA Handbook 6500.6 Appendix C outlines the information security and privacy requirements for contractors working with the Department of Veterans Affairs (VA). It emphasizes that contractors and their personnel must adhere to federal laws and VA directives regarding the protection of VA information and systems. Access to VA information is limited to what is necessary for contract performance, with strict requirements for background checks and immediate notification of personnel changes. The document establishes protocols for safeguarding VA data, including encryption standards, separate data storage, and the prohibition of unauthorized disclosures. In the event of a security incident, contractors must promptly report it and cooperate with investigations, including potential breaches involving sensitive personal information. Liquidated damages are stipulated for data breaches, detailing financial obligations to cover credit protection services for affected individuals. Compliance assessments are permitted by the VA, and employees of contractors are required to undergo security and privacy training. The document serves as a critical framework to ensure information security in VA contracts, highlighting the importance of safeguarding sensitive data and maintaining regulatory compliance.
    The document serves as a Contractor Conflict of Interest Certification Statement related to solicitation 36C26325R0005 for Nephrology Services at the Central Iowa VA Health Care System in Des Moines. It requires contractors to certify that key personnel do not have any current or planned interests, or conflicts of interest—financial, contractual, or organizational—pertaining to the services provided. Contractors must indicate either their compliance or attach a statement detailing any potential conflicts. The certification aims to uphold integrity and transparency in the contracting process, ensuring that all personnel involved in the solicitation maintain an impartial stance regarding the services offered. This provision is critical within federal and state/local RFP frameworks, emphasizing the importance of ethical practices for government contracts. The document concludes with space for the certifying official to sign and date, affirming the accuracy of the declarations made.
    The document serves as a Contractor Conflict of Interest Certification Statement linked to solicitation 36C26325R0005 for Nephrology Services at the Central Iowa VA Health Care System in Des Moines. Its primary purpose is to ensure the contractor and key personnel disclose any current or planned interests that could present a conflict of interest regarding the services provided. The contractor must indicate whether they, or their employees, hold any conflicting interests by selecting one of two options: affirming there are none or attaching a detailed statement outlining any existing interests. Additionally, the certification must include information for any consultants or subcontractors involved. The certifying official must sign and date the document to confirm its accuracy. This process underscores the importance of transparency and integrity in federal procurement procedures, aiming to prevent any unethical practices in the provision of services to the government.
    The document outlines a solicitation for Nephrology Services at the Department of Veterans Affairs Medical Center in Des Moines, IA. The contract spans from March 2025 to February 2026, with potential extension options, aiming to provide on-site nephrology services, including care from certified nephrologists and nurse practitioners. The contractor is responsible for delivering comprehensive health services, adhering to national standards set by the American Society of Nephrology, and maintaining detailed documentation within the VA's electronic health records system. Key requirements include the provision of qualified personnel, adherence to training and credentialing standards, and compliance with VA policies regarding patient care, safety, and medical records. The contractor must ensure continuity of care by having staff available as needed and implementing quality assurance measures. Additionally, it emphasizes the importance of proper patient documentation and timely communication of any issues that could affect service delivery. This contract exemplifies the federal government's commitment to providing quality healthcare services to veterans and sustaining partnerships with capable healthcare providers.
    The document outlines a solicitation for contracting Nephrology services to be provided at the Central Iowa VA Health Care System. The primary aim is to secure qualified healthcare personnel, specifically board-certified Nephrology physicians and nurse practitioners, to deliver on-site nephrology services to eligible veterans. The contract is scheduled to start in March 2025 and will last for one year with four optional renewal periods, potentially extending to February 2030. Key service requirements include providing regular clinic hours—three half-day clinics weekly and additional on-call services, with strict adherence to documentation and patient care quality standards per national guidelines. The contractor must ensure continuous staff availability, compliance with credentialing requirements, and participate in ongoing training and quality improvement initiatives. The proposal also emphasizes the importance of maintaining high care standards and patient safety protocols, while ensuring that all staff are properly credentialed and meet the necessary healthcare regulations. This solicitation not only highlights the VA's commitment to delivering quality healthcare services but also outlines stringent expectations for contractor performance and oversight to enhance service delivery to the veteran community.
    Similar Opportunities
    Amended Iowa City 2024 Open and Continuous Nursing Home Solicitation 36C6324R0010 0001
    Active
    Veterans Affairs, Department Of
    Solicitation Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking proposals from Nursing Homes for the Iowa City VA Health Care System to provide community nursing home services under Indefinite Delivery Indefinite Quantity Contracts (IDIQs). The solicitation is open through January 31, 2025, and proposals will be accepted during this period. Interested offerors must be registered in the SAM database and must also register in the VetCert database if claiming VOSB/SDVOSB status. The NAICS code for this procurement is 623110 (Nursing Care Facilities) with a Small Business Size Standard of $34.0M. Multiple awards are anticipated and will be made on an as needed basis. The placement of veterans in contract nursing home facilities will be based on availability and the preferences of the veterans and their families. For more information, please contact Jennifer Meldahl, Contract Specialist, at jennifer.meldahl@va.gov.
    Q201--On-Site Medical Officer of the Day
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the On-Site Medical Officer of the Day services at the St. Cloud VA Hospital in Minnesota, with the solicitation number 36C26324Q0751. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to secure medical professionals, including physicians, physician assistants, and nurse practitioners, to provide essential healthcare services for veterans from December 1, 2024, to November 30, 2025, with the possibility of four one-year extensions. This procurement is critical for ensuring high-quality medical care for veterans, adhering to established healthcare standards and regulations. Interested contractors must submit their proposals by November 27, 2024, and can direct inquiries to Contracting Officer John Becker at john.becker3@va.gov or by phone at 605-585-3908.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    V225--Ground Ambulance Service - Iowa City VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide non-emergency ambulance transportation services for the Iowa City VA Medical Center and its associated clinics. The contractor will be responsible for delivering a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7 to ensure timely and efficient patient transport. This initiative is crucial for enhancing the healthcare experience of veterans, emphasizing compliance with federal and state regulations, and maintaining high standards of patient welfare and safety. Interested parties must submit their capability statements by October 28, 2024, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, as this opportunity is part of a market research effort and does not constitute a solicitation at this time.
    H146--Dialysis a/ RO Testing and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Dialysis Reverse Osmosis Maintenance, Testing, and Repair Services for the Jesse Brown VA Medical Center in Chicago, IL. The procurement aims to identify organizations capable of performing essential maintenance for three central RO systems and fourteen portable RO units, including routine water quality testing and chemical disinfection, in accordance with manufacturer guidelines. These services are critical for ensuring high-quality water for dialysis treatments, which are vital for the health of veterans. Interested parties must submit their capability statements and organizational details by 3:00 PM Central Time on October 28, 2024, to Laura Broacha at Laura.Broacha@va.gov, as this market research will inform the procurement method and potential contract set-asides.
    H946--NEW: Water (Deionized) Purification System Maintenance and Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the maintenance and service of deionized water purification systems at the Thomas E. Creek VA Healthcare facilities in Amarillo and the Lubbock VA Medical Clinic. This procurement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), includes one year of preventative maintenance services, which encompasses monthly inspections, water testing, and necessary repairs to ensure compliance with water purity standards critical for healthcare operations. The anticipated contract value is approximately $47 million, with quotes due by October 28, 2025. Interested vendors should direct all inquiries to Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or by phone at 210-992-3721.
    J046--FY25 SERVICE - WATER SOFTENER SERVICE CONTRACT (BASE+ OPT4) Base plus four (4) Option Years VA New Jersey Healthcare System Both East Orange and Lyons Medical Centers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide water softener service, testing, and reporting for the VA New Jersey Healthcare System, specifically at the East Orange and Lyons Medical Centers. The procurement includes a base contract starting December 1, 2024, with the option for up to four additional years, focusing on preventive maintenance to mitigate mineral deposits and extend the life of water softening equipment. This initiative underscores the VA's commitment to maintaining high standards in healthcare facilities through effective vendor partnerships, ensuring compliance with safety standards and federal wage determination regulations. Interested parties must submit their proposals electronically by November 6, 2024, at 3:00 PM EST, and any inquiries should be directed to Contract Specialist Julie R Monagan Barnard at Julie.MonaganBarnard@va.gov by October 30, 2024.
    N046--Water Monitoring Baltimore & Loch Raven
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for continuous water monitoring services at the Baltimore and Loch Raven VA Medical Centers. The contractor will be responsible for providing personnel, management, equipment, and labor to maintain a water monitoring system that tracks critical parameters such as pH and chlorine levels, ensuring compliance with VA directives. This contract, valued at approximately $19 million, is crucial for maintaining the health and safety of patients and staff at the VA facilities, with a performance period of five years starting November 10, 2024. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by November 7, 2024, at 12 PM Eastern Time, and can contact Mark Smith at Mark.Smith25@va.gov or 410-642-2411 for further information.
    Q502--VASCULAR-THORACIC SURGICAL SERVICES FEDERAL HEALTH CARE CENTER (FHCC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Vascular-Thoracic Surgical Services at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL. The contract, valued at approximately $16 million, encompasses a one-year base period with four optional one-year extensions, requiring the contractor to deliver comprehensive surgical services, including clinics, surgical procedures, on-call support, and a tumor board, all while adhering to high clinical standards and regulatory compliance. This procurement is vital for enhancing healthcare quality for veteran beneficiaries, ensuring that services meet the standards of civilian medical facilities. Interested contractors should contact Becky Cincotta at becky.cincotta@va.gov for further details and to discuss compliance with the Immigration and Nationality Act and the Small Business Subcontracting Plan requirements.
    Q502--HCR 36C25924R0145 Perfusionist Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Perfusionist Services at the Rocky Mountain Regional VA Medical Center in Colorado Springs, Colorado, under solicitation number 36C25924R0145. The procurement aims to secure comprehensive perfusion services, including on-site autotransfusion and cardiac support during surgical operations, with a contract period starting November 1, 2024, for an initial six months and two additional six-month option periods. This service is critical for ensuring high-quality patient care during complex medical procedures, reflecting the VA's commitment to supporting veteran-owned businesses through a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested bidders must submit their proposals by October 24, 2024, at 12:00 PM Mountain Time, and can contact Contract Specialist Syreeta Newsuan at syreeta.newsuan@va.gov or 303-712-5763 for further inquiries.