Q401--Certified Nursing Assistants
ID: 36C24925R0007Type: Solicitation
AwardedMar 4, 2025
AwardeeONE STOP RECRUITING LLC MESA 85207 AZE
Award #:36C24925D0053
Overview

Buyer

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

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- NURSING (Q401)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Certified Nursing Assistant (CNA) services to support the Lt Col Luke Weathers Jr Veterans Affairs Medical Center in Memphis, TN. The contract, valued at approximately $20.5 million, is set aside for competition among Service-Disabled Veteran-Owned Small Businesses and spans five years, commencing on March 10, 2025. These services are crucial for providing direct patient care, hygiene assistance, and support for veterans’ recovery, reflecting the government's commitment to high-quality healthcare for veterans. Interested contractors must submit their proposals by January 24, 2025, and can contact Contract Specialist Christina Curley at Christina.Curley@va.gov for further information.

    Point(s) of Contact
    Christina CurleyContract Specialist
    Christina.Curley@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the provision of Certified Nursing Assistant (CNA) services at the Lt. Col Luke Weathers Jr. Veterans Affairs Medical Center in Memphis, TN. The contract, valued at approximately $20.5 million, is set aside for competition among Service-Disabled Veteran-Owned Small Businesses. The contract spans five years, commencing on March 10, 2025, and provides for the delivery of services including direct patient care, hygiene assistance, and support for veterans’ recovery. Contractors must adhere to various regulations, such as compliance with the Privacy Act and VA-specific directives, and are required to ensure all personnel meet strict qualifications, including certifications and experience. Key obligations include proper documentation of patient care, timely communication with the nursing staff, and ongoing evaluations of performance. The document further details the scope of work, personnel policies, reporting obligations, and quality assurance protocols. This RFP represents the federal government's ongoing commitment to providing high-quality, veteran-focused healthcare services while adhering to statutory requirements and promoting small business participation in government contracts.
    The Presolicitation Notice issued by the Department of Veterans Affairs outlines a future solicitation for 19 certified nursing assistants to be employed at the VA Medical Center in Memphis, Tennessee. The announcement indicates that the contract will cover all shifts and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Responses are due by November 6, 2024, at 10:00 AM Central Time. The document specifies the solicitation number (36C24925R0007), the relevant Product Service Code (Q401), and the NAICS Code (621999). Communication regarding the solicitation is directed to Contract Specialist Christina Curley, and no phone inquiries are accepted. The notice signifies the intent of the VA to procure services crucial for patient care, indicating the agency's commitment to supporting veteran-owned businesses and meeting staffing needs at its facilities.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 9. The amendment aims to correct an administrative error found in the original posting, ensuring that all offerors are aware of the necessary updates to the procurement process. Proposals in response to this solicitation are now due on January 24, 2025, at 10:00 CST. The amendment also emphasizes the importance of offerors acknowledging receipt of this amendment either by returning specified copies or indicating acknowledgment on their submitted offers. The document retains all prior terms and conditions except those specifically amended, maintaining the integrity of the original solicitation while rectifying the identified error. Overall, this amendment underscores the department's commitment to accuracy and transparency in the contracting process within the context of federal RFPs.
    The document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs for Certified Nursing Assistant (CNA) Services at the Lt Col Luke Weathers Jr VAMC. The amendment corrects an administrative error related to the proposal instructions by clarifying that offerors must submit a completed Price Schedule reflecting an all-inclusive hourly rate for CNA services, as specified in Section B.2 of the RFP. Additionally, it states that the proposed pricing must remain valid for 180 days. The amendment outlines the receipt acknowledgement requirements for bidders, ensuring compliance with established procurement processes. This document serves to ensure clarity and facilitate the competitive bidding process for these important healthcare services, demonstrating the VA's commitment to maintaining high standards in service provision.
    This amendment to the solicitation for Certified Nursing Assistant (CNA) services at the Lt Col Luke Weathers Jr VAMC extends the submission deadline to January 31, 2025, and addresses various contractor inquiries regarding requirements, staffing needs, and updated documentation. Key updates include clarifications on required candidate certification documentation, wage determination adjustments, and the need for specific administrative processes. Additionally, the amendment provides responses to numerous questions raised by potential contractors, aimed at ensuring compliance and understanding of the solicitation requirements.
    The Department of Veterans Affairs (VA) is seeking Certified Nursing Assistants (CNAs) to provide onsite patient care services at the Lt. Col Luke Weathers Jr Medical Center in Memphis, TN. CNAs must adhere to various operational guidelines, including compliance with VA policies and documentation of patient care, and will be subject to background investigations and health screenings before performing duties. The contract stipulates detailed standards for performance, payment processes, and responsibilities related to information security and patient confidentiality in accordance with federal regulations.
    The Quality Assurance Surveillance Plan (QASP) for Contract 36C24925R0007 outlines the systematic evaluation method for the contractor's performance, detailing monitoring objectives, processes, responsible personnel, and documentation methods. The plan emphasizes that while the contractor manages work quality, the Government ensures an objective and fair assessment. The roles and responsibilities of the Contracting Officer and Contracting Officer's Representative are defined, along with a requirement for quarterly performance reports. Performance standards are established to evaluate contractor compliance, which includes direct observation, periodic inspections, validated user complaints, and random sampling. The outcomes will influence future contractual assessments through the Contractor Performance Assessment Reporting System (CPARS). The document also sets forth clear criteria for rating performance from "Exceptional" to "Unsatisfactory," guiding corrective actions for identified issues and mandating the contractor’s accountability. Overall, the QASP serves as a critical tool for ensuring service quality within government contracts, promoting transparency and accountability in performance evaluations.
    This document is a Contractor Certification regarding compliance with the Immigration and Nationality Act of 1952, as amended, specifically for contractors working with the Department of Veterans Affairs (VA). The Contractor certifies adherence to legal provisions surrounding the employment of non-immigrant foreign nationals, ensuring they do not employ individuals who are not legally authorized to work in the U.S. The Contractor must also comply with E-Verify requirements and relevant federal regulations. Non-compliance may lead to the prohibition of the illegal worker from performing services for the VA and could result in contract termination. Additionally, the Contractor is obligated to secure similar certifications from any subcontractors. The document highlights the importance of lawful immigration practices in federal contracting, supporting the integrity of services provided to veterans. This certification form is a critical component of the bidding and contractual obligation process for federal projects, aligning with regulatory standards enforced by various federal agencies.
    The document outlines the provisions related to Organizational Conflicts of Interest (OCI) relevant to healthcare contracts, particularly for the Department of Veterans Affairs (VA). It emphasizes the need for clarity around any potential conflicts that may arise from the Offeror's existing or prior affiliations and how these could impact their impartiality or competitive standing. Offerors must provide a detailed statement of any past, present, or planned relationships that could create an OCI upon submission of their proposals. The Contracting Officer assesses this information and may disqualify a contractor if the conflict cannot be mitigated satisfactorily. Furthermore, nondisclosure or misrepresentation of such conflicts can lead to contract termination at no cost to the Government. An attachment, the Conflict of Interest Certification Statement, requires contractors to attest that their key personnel have no conflicts regarding the solicitation's services or to disclose any existing conflicts and propose mitigation strategies. This process is vital for ensuring fair competition and integrity within government contract procurement.
    The document identified by the reference number 36C24925R0007 appears to be a recurring entry in a federal government system, likely related to Requests for Proposals (RFPs) or grant opportunities. However, without additional details or context, specific information regarding the topic and purpose is not provided. The repetitive nature of the reference number suggests it may pertain to an ongoing project or common solicitation process, possibly indicating that several iterations or related submissions have been cataloged under the same identifier. This could imply a focus on a particular service, product, or area of expertise required by the government. As there are no supporting details or structural elements within the file to articulate further specifics, the summary remains limited to the acknowledgment of the document's existence within the RFP or grant frameworks, underscoring the necessity for additional data for a comprehensive analysis.
    The file 36C24925R0007 pertains to a Request for Proposals (RFP) issued by the federal government aimed at securing skilled contractors for a specific project. The primary focus of this RFP is to gather proposals that outline strategies and qualifications for delivering specialized services designed to enhance government operations. Key components include the scope of work, eligibility requirements for bidders, evaluation criteria, and submission guidelines, fostering transparency and competitive bidding. The document is structured to first detail the project's background and objectives, followed by the specific deliverables expected from contractors. It also stipulates the timeline for project execution and concludes with terms and conditions related to contract performance and compliance. This RFP emphasizes the government's commitment to leveraging partnerships with the private sector while ensuring quality service delivery and effective use of public funds. This solicitation underscores the importance of innovative approaches in addressing governmental needs, aiming to improve overall efficiency and service outcomes for citizens. Therefore, when responding, bidders must demonstrate their capacity to meet outlined requirements while adhering to federal regulations and standards.
    RFP NO. 36C24925R0007 includes an onboarding flowchart aimed at guiding new employees through the onboarding process within a government context. The flowchart outlines sequential steps essential for integrating new hires into the organization. Key stages include pre-onboarding preparations, orientation sessions, training opportunities, and evaluation phases. Each step of the flowchart is carefully delineated, ensuring a structured approach to onboarding that emphasizes compliance with federal guidelines and standards. The document serves as a comprehensive tool to streamline the onboarding process, foster engagement, and promote a clear understanding of roles and responsibilities among new employees. It reflects the government's commitment to effective workforce planning and development while enhancing employee retention and organizational efficiency.
    Similar Opportunities
    Open and continuous Solicitation for CNH facilities in Oregon
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an indefinite-delivery contract to provide nursing home services within the Oregon VA Health Care System, aimed at eligible veterans. The contract will span a period of up to five years, with a total funding ceiling of $45 million for all awarded contracts, ensuring that qualified contractors deliver essential healthcare services. This opportunity is crucial for maintaining high-quality care for veterans, adhering to federal regulations, and ensuring compliance with wage determinations that mandate minimum hourly rates and benefits for workers. Interested contractors should reach out to Brian Stephen at Brian.stephen@va.gov or Jeremiah Middleton at Jeremiah.Middleton2@va.gov for further details, as the solicitation will remain open for one year from the posting date on SAM.gov.
    Q402--RFP- CONTINUOUS CNH
    Veterans Affairs, Department Of
    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.
    Q402--Open & Continuous for OBVAMC for Community Nursing Home Services in Louisiana, Arkansas, and Texas.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Community Nursing Home (CHN) Services for eligible veterans at the Overton Brooks VA Medical Center (OBVAMC) in Louisiana, Arkansas, and East Texas. This procurement is structured as a multiple award solicitation under full and open competition, with a total funding cap of $34 million for a five-year performance period starting from the award date. The services are critical for ensuring quality healthcare delivery to veterans, adhering to federal regulations, and maintaining compliance with health and safety standards. Interested parties can contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov or (504) 507-2024 for further details regarding the solicitation, which is outlined in document 36C25625R0050.
    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 fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement that includes a one-year base period and nine option periods, totaling an estimated award amount of $25.5 million. The contractor is required to adhere to specific VA performance and quality standards, including staffing requirements for a Patient Aligned Care Team (PACT) and compliance with various reporting and operational guidelines. Interested parties must submit their proposals by January 7, 2026, and direct any inquiries to Contract Specialist Olivia Cloutier at olivia.cloutier@va.gov.
    Q201--NEW Dyersburg CBOC Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Community Based Outpatient Clinic (CBOC) services in Dyersburg, Tennessee, under Solicitation Number 36C24925R0056. The contract, which is an Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, includes a one-year base period with nine option periods, a guaranteed minimum of $500,000, and a ceiling of $47 million. The selected contractor will be responsible for providing primary and mental healthcare services, ensuring compliance with VA performance and quality standards, and maintaining a clinic facility within 10 miles of a hospital with emergency services. Interested parties must direct inquiries to Contract Specialist Laura Edelman at Laura.Edelman@va.gov, with a focus on submitting proposals that meet the detailed deliverables and reporting requirements outlined in the associated documents by the specified deadlines.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    Open and Continuous Community Nursing Home RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified providers to submit quotes for the Open and Continuous Community Nursing Home Request for Quotes (RFQ) in Texas. This procurement aims to establish multiple Indefinite Delivery Contracts (IDCs) for nursing services to eligible veterans, with an estimated total value of $34 million over a base year and four option years, ensuring compliance with federal and state regulations and certification for Medicare and Medicaid. The initiative is critical for delivering quality nursing care to veterans, utilizing the Patient Driven Payment Model (PDPM) for pricing, and emphasizing adherence to safety and quality standards. Interested parties can contact Michelle Cunningham at michelle.cunningham@va.gov or Francisco Mendoza at francisco.mendoza@va.gov for further details.
    Q402--RFP- OPEN AND CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an open and continuous contract to provide community nursing home services in North Little Rock, AR, under the solicitation titled "Q402--RFP- OPEN AND CONTINUOUS CNH." This multi-solicitation aims to establish standards for nursing home care for eligible veterans, ensuring compliance with federal regulations, quality oversight, and timely referrals for care. The contract emphasizes the importance of maintaining Medicare and state certifications, as well as adherence to performance standards outlined in the Quality Assurance Surveillance Plan (QASP), which includes monitoring contractor performance through various evaluation methods. Interested contractors can contact Karen Battie at Karen.Battie@va.gov for further details, with the contract's financial terms and specific wage determinations outlined in accompanying documents.
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.