R408--Actuarial Support Services
ID: 36C10G24R0038Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

All Other Insurance Related Activities (524298)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for Actuarial Support Services to enhance the Enrollee Health Care Projection Model (EHCPM), which is crucial for forecasting healthcare demand among veterans. The procurement aims to secure a contractor capable of conducting comprehensive actuarial analysis and modeling over a 20-year period, ensuring the model adapts to demographic changes and legislative impacts. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), has a minimum value of $1,000,000 and a ceiling of $100,000,000, with proposals due by September 1, 2025. Interested parties can contact Betsy Lawrie at Betsy.Lawrie@va.gov or call 202-697-3629 for further information.

    Point(s) of Contact
    Betsy LawrieContract Specialist
    (202) 697-3629
    Priscilla Burke
    Betsy.Lawrie@va.gov
    Files
    Title
    Posted
    This document is an amendment to a solicitation issued by the U.S. Department of Veterans Affairs, specifically identified as Amendment/Modification Number 0001 to Solicitation Number 36C10G24R0038. The primary purpose of this amendment is to change the submission deadline for questions concerning the solicitation. The original deadline, stated on page 135, E.10 Proposal Submission Instructions 1a, was Monday, September 1, 2025, at 3:00 PM ET. The updated text now requires proposers to submit all questions in writing by no later than Friday, August 1, 2025, at 3:00 PM ET. This amendment emphasizes that offers must acknowledge receipt of this modification by specified methods to avoid rejection of their offer.
    Amendment 0004 to RFP No. 36C10G24R0038, concerning Actuarial Support Services for the U.S. Department of Veterans Affairs, modifies the solicitation's proposal submission deadline. The original deadline of Wednesday, September 3, 2025, at 3:00 PM ET, has been changed. Proposers are now required to submit all questions regarding this solicitation in writing by Monday, September 15, 2025, at 3:00 PM ET. This amendment, issued by the U.S. Department of Veterans Affairs, OPAL | Strategic Acquisition Center, ensures offerors are aware of the updated timeline for submitting inquiries related to the RFP.
    The document, titled "ATTACHMENT A: SAMPLE REPORT WRITER" for RFP 36C10G24R0038, provides a detailed projection of healthcare costs and utilization for VA enrollees in Fiscal Year 20XX. It outlines projected enrollment, utilization, Relative Value Units (RVUs), and VA costs across various healthcare service categories, including Ambulatory Primary Care & Specialty Care (Diagnostics, E&M Services, Professional Services & Procedures, Therapies), Long Term Services and Supports (Facility-Based and Home & Community-Based Services), Mental Health & Homeless services (Ambulatory and Inpatient), Pharmacy, and Prosthetics. The report details expenditures, utilization, and RVUs for each service category, as well as enrollment and patient summaries. Specific sub-categories under AMB PC & SC are further broken down with associated costs and procedural volumes. The report's purpose is to provide a model for projecting healthcare expenditures and service utilization for VA enrollees.
    The Department of Veterans Affairs (VA) 20XX Model (BYXX) Scenario XXXX outlines projected expenditure impacts from FY 20XX to FY 20XX, detailed in Attachment B of RFP 36C10G24R0038. The report breaks down financial changes across various categories, including COVID-19 recovery efforts, community care adjustments, and health care management. Key expenditure drivers include deferred and returning care impacts, economic influences on reliance behavior, pandemic response procurement, and COVID-related workload. The document also details financial shifts due to MISSION Access Standards, emergency room benefits, prescription cost changes, and community care payment speeds. Furthermore, it addresses impacts from LTSS program adjustments, mental health, dialysis, facility adjustments, enrollment growth, demographic shifts, utilization trends, inflation, and intensity trends. The total projected change in expenditures is significant, reflecting comprehensive adjustments across all modeled services, including and excluding Long-Term Services and Supports (LTSS).
    The document "36C10G24R0038 ATTACHMENT C: VA ENROLLEE HEALTH CARE PROJECT MODEL AND ADVANCE APPROPRIATION TIMELINE" outlines the annual timeline and process for the Veterans Health Administration's (VHA) healthcare projection model and advance appropriation. This model uses updated utilization and cost data from a new base year (e.g., FY 2021) to develop projections. The process involves analyzing new data, developing model assumptions with program office input, and updating analyses and methodologies. Key milestones include delivering budget projections to VHA, submitting the VHA budget to the VA, then to OMB, and finally the President's Budget to Congress, leading to the VA Budget being enacted. The timeline spans from June to September, detailing the steps for model updates, budget formulation, and the generation of projections for advance appropriations (e.g., 2024 and initial 2025 projections).
    The document "36C10G24R0038 ATTACHMENT D: ACTUARIAL RESPONSIBILITIES GRID" outlines a comprehensive framework for actuarial responsibilities within a government context, likely related to healthcare or veteran services. It details various categories of tasks essential for robust financial modeling, projections, and strategic planning. Key areas include Model Foundation Decisions (e.g., formulating HSCs and SPCats, updating area mapping, enrollment methodology changes), Policy Assumptions and Decisions (e.g., enrollment, Rx, dental, economic scenarios, COVID, PACT assumptions, women's analysis), and Overarching Analysis (e.g., Post-9/11 Era Combat Veteran Enrollees Modeling, Cohort Analysis, Survey of Enrollees). The grid also covers critical aspects like Enrollment Projections (e.g., mortality rate updates, final enrollment, alternate policy scenarios), Private Sector Based Projections (e.g., DoCM Analysis, Efficiency Analysis, Datamatch Processing), and Model Updates (e.g., assembling model factor tables, base year model update, budget recon). Furthermore, it addresses Strategic Planning (e.g., SPCat projections, treating facility projections), Model Communication (e.g., model update paper, briefings), and Budget Support (e.g., CP Report Writers, Budget Impact Analysis, GAO Budget Review). The document concludes with sections on related budget modeling, including CHAMPVA, RCS, and PCAFC (Caregivers), indicating a broad scope of actuarial involvement in financial forecasting and analysis for government programs.
    The 2023 VA Enrollee Health Care Projection Model (EHCPM) Documentation Report by Milliman, Inc. details the Department of Veterans Affairs' four actuarial models for healthcare budget, strategic planning, and policy impact assessment. The core EHCPM, developed in 1998, projects Veteran demand for 148 healthcare services over 21 years, considering enrollment, utilization, and expenditures based on various demographic, geographic, and policy factors. It forecasts enrollment, total healthcare needs, the portion demanded from VA, and associated expenditures. The report also outlines the CHAMPVA, PCAFC, and Readjustment Counseling Service projection models. It distinguishes between private sector-based and VA experience-based methodologies for service projections and details data manipulation for health care service and health systems planning categories. The document emphasizes the models' flexibility to adapt to evolving healthcare environments while acknowledging inherent limitations due to reliance on assumptions and historical data.
    The document 36C10G24R0038, titled "Attachment F1: DELIVERABLES SCHEDULE TABLE," outlines the known, recurring deliverables for a Health Care Actuarial Support Services Contract. The deliverables primarily consist of reports, analyses, briefing materials, tools, and documentation, with most being delivered annually in October, April, July, August, or December. Key recurring themes include the "20XX Model (BYXX) Documentation Report," which encompasses a vast array of detailed reports on topics such as enrollment projections, policy assumptions (e.g., mental health, economic forecasts, telehealth, COVID-19), workload data (inpatient, ambulatory, pharmacy), and unit cost development. Other significant deliverables involve various CBO (Congressional Budget Office) requests related to enrollment and reliance, historical workload growth, expenditures by age, and multiple "Reliance Deliverables" focusing on veteran healthcare utilization. The contract also mandates the provision of datasets and documentation for different scenarios and models, ensuring comprehensive actuarial support for healthcare planning and analysis.
    The document, titled "36C10G24R0038 Attachment F2: Requirements that were Unknown in Advance and are Non-Recurring Deliverables," outlines a comprehensive list of analytical, reporting, documentation, briefing, tool, and database deliverables. The deliverables primarily focus on various analyses related to healthcare utilization, veteran demographics, program impacts, and financial projections for the Department of Veterans Affairs (VA). Key themes include impacts of legislative changes (e.g., PACT Act, Hannon Act), enrollment projections, cost estimates for different scenarios (e.g., COVID-19 impact, community care), and detailed analyses of specific health conditions and veteran populations. The recurring nature of
    The document, "36C10G24R0038 ATTACHMENT G Annual Update Flow Chart Enrollee Health Care Projection Model (EHCPM)", outlines the comprehensive process for updating and utilizing the EHCPM. The model integrates various data sources and analytical approaches, including VA experience-based projections, private sector benchmarks, and policy assumptions, to generate healthcare projections. Key components involve annual model preparation, such as updating area mapping and enrollment methodologies, and ongoing analysis of workload, efficiency, and economic scenarios. The flow chart details the projection process, from assembling model factor tables and base year updates to scenario production, budget support, and model validation. Emphasis is placed on enrollment projections, including emerging experience monitoring, alternate policy scenarios, and geographic migration. The model supports strategic planning, budget impact analysis, and generates deliverables for the VA, ensuring continuous improvement and communication through documentation and briefings. The EHCPM also incorporates various factors like Rx, Dental, Mental Health, PACT Act and COVID.
    The "Past Performance Questionnaire" (Attachment H, 36C10G24R0038) is a critical document used in federal contract awarding to evaluate a contractor's past performance. It requires candid, factual, accurate, and complete responses from a point of contact knowledgeable about the contractor's day-to-day operations. The questionnaire is divided into two main parts: Part I, to be completed by the Proposer, identifies the contract and the proposer's representative. Part II, for the customer/point of contact, involves evaluating the contractor across various performance elements such as Quality of Service, Timeliness of Service, Business Relations, Management of Key Personnel, Compliance with Environmental, Safety, Health, and Security Requirements, Cost Management (for cost contracts), and Contractual Considerations. A four-tier rating system (Outstanding, Good, Acceptable, Unsatisfactory) with corresponding risk levels (Low, Moderate, High) is provided, along with instructions for explanatory narratives for outstanding or unsatisfactory ratings. The completed questionnaire is to be returned via email to the specified Contract Specialists.
    The document "36C10G24R0038 Attachment I Historical Labor Mix" outlines a comprehensive labor mix for a government project, detailing various professional roles and their associated qualifications, experience levels, and functional responsibilities. The roles are primarily concentrated in actuarial science, statistics, healthcare consulting, and software engineering, with additional categories for administrative support. Key personnel include Project Managers/Actuaries, Tenured Principal Actuaries, Principal Actuaries, and various levels of Actuaries, Associate Actuaries, and Junior Actuaries, all defined by their actuarial credentials (e.g., Fellowship or Associate level with the Society of Actuaries, membership in the American Academy of Actuaries) and years of experience. The document also specifies requirements for Statisticians, Healthcare Consultants, and Software Engineers at different experience tiers, often emphasizing technical skills, data management, and programming. Administrative support roles are also defined with experience and education criteria. This attachment serves to clarify the expected staffing expertise for potential contractors bidding on federal, state, or local government RFPs and grants.
    The Department of Veterans Affairs (VA) Handbook 6500.6, dated March 12, 2010, outlines the Contractor Rules of Behavior for individuals accessing VA information assets, systems, and sites. This user agreement emphasizes that contractors have no expectation of privacy when using VA or other Federal Government systems and consent to monitoring and disclosure of their activities to authorized personnel. Unauthorized access, modification, or misuse of federal systems is strictly prohibited and subject to severe penalties. Contractors must comply with VA security and data privacy directives, report security incidents, and adhere to rules regarding user accounts, authorized system use, and protection of sensitive information. Key rules include safeguarding passwords, using FIPS 140-2 validated encryption, obtaining approval for public dissemination of VA information, and using only VA-authorized security software. The document also specifies conditions for using non-VA IT resources and prohibits dual network connections without authorization. Subcontractors are bound by the same security requirements. This agreement underscores the VA's commitment to maintaining information security and ensuring compliance from all contractors.
    This document, 36C10G24R0038, is a single-page excerpt from a federal government Request for Proposal (RFP) or similar procurement document. It outlines the proposed labor mix from a vendor, specifically detailing the qualifications and responsibilities for a "Project Manager/Actuary" position. The ideal candidate should possess five to ten years of actuarial experience, have achieved Associate or FSA level with the Society of Actuaries, and be a member of the American Academy of Actuaries. Functional duties include actuarial and statistical analyses, model development, and reviewing the work of others. A Bachelor of Arts or comparable degree is required, with a higher degree preferred. This section serves to define the caliber and expertise expected for key personnel involved in the project, ensuring that the vendor's proposed team meets the specified professional standards for the government contract.
    The document 36C10G24R0038, titled "ATTACHMENT L COST BREAKDOWN" for "ACTUARIAL SERVICES," is a detailed cost breakdown template. It outlines labor categories, hours, and various cost components such as overhead, G&A, profit/fee, legal services, utilities, office, and communication, for a Base Period and an Option Period One. The template covers multiple Contract Line Item Numbers (CLINs 1-7 for the Base Period and CLINs 1-4 for Option Period One) and lists various professional roles, including Project Manager/Health Actuary, different levels of Actuaries (Tenured Principal, Principal, I, II, Associate I, Associate II, Junior I, Junior II, and Intern), Statisticians (I, II, III), Healthcare Consultant I, Software Engineers (I, II, III), Technical Writer/Business Analyst, and Administrative Support (I, II). Each entry currently shows zero hours and zero costs, indicating it is a blank template for a proposal for actuarial services, designed for bidders to input their proposed costs and hours for each labor category and CLIN.
    The document 36C10G24R0038, an attachment for CLINS and SUBCLINS, outlines a comprehensive set of services related to actuarial analysis, modeling, and healthcare consulting. The services are categorized into distinct activities and sub-activities for a base period and two option periods. Key activities include Program Management (Fixed Price), maintaining, enhancing, validating, and annually updating the EHCPM (Labor Hour), EHCPM Health Care Actuarial Analysis and Modeling (Labor Hour), EHCPM Projections for Strategic, Capital, and Workforce Planning (Labor Hour), Trainings and Briefings (Fixed Price), Transparency Tools, Exhibits, and Reporting (Labor Hour), and creating/developing, maintaining, enhancing, and updating additional actuarial models (Labor Hour). Each labor-hour activity details various professional roles, such as Tenured Principal Actuary, Principal Actuary, Actuary I/II, Associate Actuary I/II, Junior Actuary I/II, Actuary Intern, Statistician I/II/III, Healthcare Consultant I, Software Engineer I/II/III, and Administrative Support I/II. The document also includes a cost-reimbursable CLIN for travel. The structure indicates a multi-year contract with recurring services and a clear breakdown of labor categories required for each activity.
    This document is an amendment to a previous combined solicitation, reference number 36C10G24R0038, for Actuarial Support Services (VA-25-00000108). The primary purpose of this amendment is to change the submission deadline for questions concerning the solicitation. The original deadline for questions was Monday, September 1, 2025, at 3:00 PM ET. The updated deadline for written questions is now Friday, August 1, 2025, at 3:00 PM ET. The solicitation is issued by the U.S. Department of Veterans Affairs, OPAL | Strategic Acquisition Center, located in Fredericksburg, VA. The response date for the solicitation remains September 1, 2025, at 3:00 PM ET.
    The document outlines an amendment to a previous combined solicitation for Actuarial Support Services under solicitation number 36C10G24R0038, issued by the U.S. Department of Veterans Affairs. The primary purpose of the amendment is to modify the submission deadline for questions related to this solicitation. Originally set for September 1, 2025, at 3 PM Eastern Time, the new deadline for proposers to submit inquiries is now August 1, 2025, at 3 PM Eastern Time. This adjustment highlights the procedural updates common in government RFPs, ensuring transparency and adequate time for potential bidders to seek clarifications. All other solicitation details, including the contracting office information, NAICS code (524298), and relevant URLs, remain unchanged.
    The document outlines a Request for Proposals (RFP) by the U.S. Department of Veterans Affairs (VA) for Actuarial Support Services, aimed at enhancing the Enrollee Health Care Projection Model (EHCPM) utilized for forecasting Veteran healthcare demand. It specifies requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, targeting a contractor capable of conducting comprehensive actuarial analysis and modeling to project healthcare needs over a 20-year period. Key components include maintaining, validating, and updating the EHCPM, integrating new data, and assessing predictive capabilities. The scope incorporates detailed demographic analyses, health care service category projections, and evaluation of factors influencing healthcare usage, ensuring the model adapts to legislative and environmental changes. The contracting office is located in Fredericksburg, VA, with Betsy Lawrie and Priscilla Burke as primary contacts. Proposals are due by September 1, 2025, with a minimum contract value of $1,000,000 and a ceiling of $100,000,000 for services. The contractor's obligations include providing full transparency and comprehensive reporting on the methodologies used. Overall, this RFP emphasizes a strategic modeling approach to support informed VA healthcare planning and budget formulation.
    The document outlines a Request for Proposals (RFP) by the U.S. Department of Veterans Affairs (VA) for Actuarial Support Services, aimed at enhancing the Enrollee Health Care Projection Model (EHCPM) utilized for forecasting Veteran healthcare demand. It specifies requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, targeting a contractor capable of conducting comprehensive actuarial analysis and modeling to project healthcare needs over a 20-year period. Key components include maintaining, validating, and updating the EHCPM, integrating new data, and assessing predictive capabilities. The scope incorporates detailed demographic analyses, health care service category projections, and evaluation of factors influencing healthcare usage, ensuring the model adapts to legislative and environmental changes. The contracting office is located in Fredericksburg, VA, with Betsy Lawrie and Priscilla Burke as primary contacts. Proposals are due by September 1, 2025, with a minimum contract value of $1,000,000 and a ceiling of $100,000,000 for services. The contractor's obligations include providing full transparency and comprehensive reporting on the methodologies used. Overall, this RFP emphasizes a strategic modeling approach to support informed VA healthcare planning and budget formulation.
    This government document serves as an amendment to a solicitation issued by the U.S. Department of Veterans Affairs, specifically the Strategic Acquisition Center. The key purpose of this amendment is to revise the deadline for submitting questions related to the solicitation. Originally set for September 1, 2025, at 3 PM ET, the new deadline has been adjusted to August 1, 2025, at 3 PM ET. The amendment outlines the process through which offerors must acknowledge receipt of the amendment, emphasizing the importance of submitting inquiries by the revised deadline to avoid rejection of their offers. It also reiterates that all other terms and conditions of the original solicitation remain unchanged and in effect. This document reflects standard protocols governing federal RFPs and ensuring clear communication of any necessary modifications to potential bidders.
    The document outlines a report for the VA Enrollee Health Care Projection Model for a specified fiscal year, providing comprehensive projections on healthcare services for enrolled veterans. It details projected enrollment numbers, associated costs, and utilization rates across various service categories, such as ambulatory care, long-term services, mental health, and pharmacy. Key financial statistics include total anticipated expenditures of approximately $37 billion, with a breakdown of costs by service type. Notable highlights feature significant allocations for intermediate care and therapy services, indicating the model's focus on enhancing community-based care access for veterans. The report also addresses unique enrollment figures and patient demographics, outlining the extent of healthcare services projected to meet the needs of the enrollee population. Overall, the document serves to inform budget planning and resource allocation within the context of federal grants and local RFPs aimed at improving veteran healthcare systems.
    The document presents a budget impact analysis for the Department of Veterans Affairs, detailing projected annual expenditure impacts for fiscal years 20XX to 20XX. It outlines various scenarios including COVID-19 recovery, deferred care impacts, and community care adjustments. Key expenditure areas include modeled services both excluding and including long-term services and supports (LTSS), reflecting changes in utilization due to the pandemic. The analysis covers multiple impact categories such as economic behavior changes, emergency care benefit adjustments, and enrollment growth trends. Overall, the total projected expenditure change across all modeled services shows significant variation, emphasizing the financial implications of health service adjustments. This analysis serves to inform decision-making regarding federal funding and resource allocation necessary for effectively managing veterans' healthcare services in light of ongoing challenges and response strategies.
    The document outlines the timeline and process for the Veterans Health Administration's (VHA) Enrollee Health Care Projection Model and Advance Appropriation. From June to November, new fiscal year (FY 2021) data on utilization and costs are gathered, analyzed, and incorporated into the model with input from relevant program offices. The timeline details key events leading to the enactment of the VA budget, including model updates, OMB passbacks, and the projection of health care budgets for FY 2024 and FY 2025. Importantly, the model serves to enhance budget formulation and validation processes, ensuring that the VHA aligns its projections with the health care needs of veterans. This structured approach underscores the commitment to effectively managing health care resources for veterans through informed budgeting and strategic planning.
    The document outlines the Actuarial Responsibilities Grid related to the government RFP 36C10G24R0038, which details various actuarial tasks and analyses for the Department of Veterans Affairs (VA). It is structured into sections categorized by specific responsibilities, including model foundation decisions, policy assumptions, enrollment projections, and model updates. Key tasks listed involve formulating enrollment methodologies, conducting economic scenario analyses, and updating morbidity and utilization projections. The document emphasizes the need for ongoing analysis of new enrollees, particularly focusing on Post-9/11 combat veterans and women's health issues. It also includes sections for budget support, model validation, and strategic planning, indicating a comprehensive approach to actuarial modeling within the VA framework. This grid is critical for guiding decisions on healthcare assessments and resource allocation, aligning with federal efforts to improve services for veterans through data-driven insights.
    The VA Enrollee Health Care Projection Model (EHCPM) Documentation Report outlines the methodology and updates for the EHCPM, which assists the Department of Veterans Affairs (VA) in budgeting and strategic planning for Veteran health care services. First established in 1998, the EHCPM projects demand for health care among enrolled Veterans over a 21-year horizon, focusing on enrollment, utilization, and expenditures across various service categories. The model takes into account demographic factors such as age, priority, geographic location, and specific Veteran statuses, including post-9/11 combat veterans. It integrates extensive data to forecast how many Veterans will receive care from VA facilities versus community care. The report also discusses the integration of policy and environment changes, mortality rates, and enrollment trends into projections. Additionally, three new models—the CHAMPVA Model, PCAFC Projection Model, and RCS Projection Model—are introduced for projecting enrollments and associated costs for caregivers, family members, and counseling services. The report emphasizes the importance of ongoing data accuracy and model adjustments to reflect changing care demands and assists the VA in meeting the health care needs of Veterans effectively.
    The document outlines a detailed deliverables schedule for a Health Care Actuarial Support Services contract, specifying known and recurring tasks essential for fulfilling contract obligations. Each task is numbered and includes information on deliverables, file formats, descriptions, delivery timeframes, and estimated quantities. Key tasks include annual reports and analyses related to enrollment, expenditures, and health systems planning, such as the "20XX CBO Request" and "Historical GTRVUs by VISN." The schedule emphasizes the importance of timely documentation and analysis, aligning with federal standards for reporting and data utilization in healthcare management. These deliverables play a crucial role in helping the government assess healthcare needs, allocate resources, and enhance service delivery for veterans and other beneficiaries. By detailing the frequency and nature of each deliverable, the document serves as a roadmap for ensuring compliance with contract stipulations while facilitating effective performance evaluation and planning activities within the agency's health care initiatives.
    The document outlines the non-recurring deliverables associated with contract 36C10G24R0038 within the context of government RFPs and federal grants. It details various tasks and analyses required by the Veterans Affairs (VA) system aimed at addressing specific needs related to outpatient utilization, legislative impacts, and veteran population projections. Each task is identified by a unique number and includes a description of the deliverable, file format, and the relevant month for delivery. Key deliverables include analyses on outpatient and prescription utilization summaries, care for reservists impact, transplant summaries, and various budget scenarios pertaining to the PACT Act and its implications on veteran enrollment. Data files are primarily spreadsheets or reports, supporting analyses across multiple fiscal years. The overarching purpose of these deliverables is to enhance operational assessments and improve the effectiveness of veteran healthcare services while ensuring compliance with legislative requirements. This strategic documentation demonstrates the VA's commitment to data-driven decision-making tailored to the needs of veterans, facilitating clearer insights for budgetary and service-level adjustments.
    The document outlines the Annual Update Flow Chart for the Enrollee Health Care Projection Model (EHCPM), focusing on various methodologies and analyses related to health care projections for veterans. It emphasizes policy assumptions, workload analysis, and the integration of both VA-specific and private sector benchmarks. Key sections include enrollment projections, morbidity analysis, and budget impact assessments, highlighting the importance of factors such as demographic data, mental health assumptions, and the monitoring of emerging experiences. The structure illustrates a comprehensive modeling and analysis process aimed at accurately forecasting health care needs and costs, ultimately supporting the Department of Veterans Affairs (VA) in strategic and budgetary planning. The document's purpose aligns with federal guidelines for planning, evaluating, and managing veteran health care services through meticulous data analysis and projections.
    The document is a Past Performance Questionnaire (PPQ) associated with a federal contract evaluation, requiring contractors to provide detailed information regarding their past performance. The PPQ consists of multiple sections, including a contractor identification part, an evaluation section to be filled out by the customer reference, and a return information section. Key evaluation areas include Quality of Service, Timeliness of Service, Business Relations, Management of Key Personnel, Compliance with Environmental, Safety, Health, and Security Requirements, Cost Management, and Contractual Considerations. Each area has specific performance elements rated on a scale from Outstanding to Unsatisfactory. Additionally, the document requires references to provide narratives for any significant rating evaluations. The purpose of this questionnaire is to gather factual and comprehensive performance information to assist in the awarding of future federal contracts, thus informing procurement decisions based on past contractor behaviors and outcomes. It emphasizes the importance of accuracy and detail in responses to avoid any need for follow-up by evaluators, which is crucial for a transparent and effective contracting process.
    The document outlines the historical labor mix requirements for a specific government project (36C10G24R0038) involving actuarial services. It details various actuarial and information systems positions essential for the project, including titles, qualifications, responsibilities, and required experience. Key roles include Project Manager, Principal Actuary, and various levels of Actuaries and Software Engineers. Each position specifies educational qualifications, competencies, and experience levels ranging from interns to senior specialists with extensive backgrounds in actuarial science, statistics, and healthcare consulting. Notably, candidates are expected to hold relevant certifications and memberships, such as Fellowship with the Society of Actuaries or the American Academy of Actuaries. The document serves as a framework for staffing requirements reflecting the technical and analytical expertise necessary for effective project execution, emphasizing the significant role of actuarial analysis in healthcare management. This structure is critical for responding to government RFPs, ensuring compliance with federal and state guidelines, and facilitating successful grant applications and project outcomes.
    The "Contractor Rules of Behavior" outlined in VA Handbook 6500.6 establishes guidelines for contractors' access and use of information systems and resources related to their work with the Department of Veterans Affairs (VA). Key points include: a complete lack of privacy in system use, consent to monitoring and auditing by authorized personnel, and strict prohibitions against unauthorized access or misuse of federal systems, which can lead to legal repercussions. Contractors must adhere to protocols for system access and usage, protect sensitive data, and report any security incidents. Restrictions extend to preventing personal use of government resources and the use of unauthorized equipment. Additionally, contractors are held accountable for subcontractors' compliance with these rules, reinforcing a culture of shared security responsibility. This agreement emphasizes the importance of safeguarding VA information assets and ensuring that all actions align with federal security and data privacy directives. Overall, the document is crucial for maintaining the integrity and security of VA information systems, highlighting accountability and compliance expectations for all contractors involved in federal operations.
    The document outlined in file 36C10G24R0038 pertains to the labor mix proposed by vendors in response to a government Request for Proposal (RFP). It describes the qualifications required for a specific position, namely a Project Manager/Actuary. This role is intended for actuarial professionals with five to ten years of experience, ideally holding at least an Associate Level certification from the Society of Actuaries, with the potential for Fellowship status (FSA). Candidates should be actively involved in the American Academy of Actuaries and possess strong capabilities in actuarial and statistical analyses, as well as model development and review. A Bachelor of Arts degree or an equivalent qualification is necessary, and higher educational credentials may be considered advantageous. Overall, this document serves to inform potential vendors of the specified professional standards and expectations critical for fulfilling the government's actuarial service requirements outlined in the RFP.
    The document outlines the cost breakdown for actuarial services as part of a federal procurement process (RFP). It details various labor categories, including project managers and actuaries at different levels, along with their respective hours, overhead, general and administrative (G&A) costs, profit/fee margins, utilities, and office expenses. Each Contract Line Item Number (CLIN) presents similar structured data indicating a total cost of zero for all categories in multiple periods, suggesting that no actual costs have been incurred or specified yet. The document serves as a template for bidders to fill in their proposals when responding to the request for information, ensuring comprehensiveness and compliance with expected federal guidelines. It is clear that the purpose is to facilitate a transparent and competitive bidding process for government contracts, thereby promoting accountability in the allocation of resources for actuarial services.
    The document outlines a federal contract (36C10G24R0038) comprising various activities related to the management and analysis of an actuarial framework for healthcare programs. It includes multiple Contract Line Item Numbers (CLINs) detailing program management, actuarial services, statistical analysis, and software engineering, with specified tasks and deliverables required from the contractor in accordance with Performance Work Statements (PWS). The contract is divided into base periods and option periods, with activities outlined such as maintaining and enhancing the EHCPM (Enhanced Health Care Program Management), healthcare actuarial analysis, and projections for strategic planning. Each listed activity includes the type of service, quantity, unit, and anticipated costs, emphasizing labor hours and fixed pricing as required. Notably, it establishes a clear structure for deliverables and adherence to federal contracting standards, particularly concerning cost reimbursement and service levels in the healthcare domain. This RFP directs contractors in the federal landscape to provide specialized actuarial and management support, reflecting the government's commitment to enhancing healthcare program oversight and efficiency.
    This document outlines a Business Associate Agreement (BAA) between two entities, focusing on the protection and proper handling of Protected Health Information (PHI) and Sensitive Personal Information (SPI). It establishes the responsibilities of the Business Associate (referred to as "Business Associate" in the document) in maintaining the confidentiality, integrity, and availability of PHI and SPI in accordance with HIPAA Rules and other applicable laws. The agreement defines terms like "Breach," "Protected Health Information," and "Sensitive Personal Information," specifying conditions for their use, disclosure, and safeguarding. It mandates that the Business Associate implement administrative, physical, and technical safeguards, report any security incidents or breaches to the Covered Entity (referred to as "Covered Entity" in the document), and ensure that any subcontractors comply with the same privacy and security obligations. The document also details procedures for responding to individual requests for access, amendment, or accounting of disclosures of PHI, and outlines the Business Associate's obligations upon termination of the agreement, including the return or destruction of PHI. This BAA ensures compliance with federal regulations and protects sensitive health and personal data.
    The government document outlines various requests for proposals (RFPs) and grants at federal, state, and local levels, focusing on funding opportunities for potential projects. It emphasizes the necessity for compliance with regulatory frameworks and addresses specific criteria that applicants must meet to be considered. The document reveals a prioritization of projects that demonstrate community impact, sustainability, and innovation, encouraging interdisciplinary approaches and collaboration among various stakeholders. It highlights the importance of detailed project proposals and the submission process, ensuring applicants understand the prerequisites for funding eligibility. Furthermore, guidelines for fiscal responsibility and reporting requirements are emphasized, underlining the government's commitment to transparency and accountability in the allocation of public funds. The outlined funding opportunities cater to a diverse range of sectors, including infrastructure, environmental sustainability, healthcare, and education, aiming to drive growth and development across communities.
    This government file, Amendment 0002 to RFP No. 36C10G24R0038 for Actuarial Support Services, addresses key questions and clarifications regarding the solicitation. The primary purpose of this amendment is to formally change the proposal submission deadline to Wednesday, September 3, 2025, at 3 PM ET, resolving conflicts with a federal holiday. It clarifies that all travel expenses for training and briefings fall under the Travel CLIN and confirms the continued requirement for Privacy and HIPAA TMS training. Additionally, the amendment provides guidance on handling proprietary information in proposals, submitting resumes for critical personnel, and details for pricing fixed-price CLINs, including labor hour breakdowns. It also specifies that a single annual hours estimate is appropriate for pricing, combining historical and potential additional hours. This document ensures all offerors have clear and updated information for their proposal submissions.
    Amendment 0003 to RFP No. 36C10G24R0038, concerning Actuarial Support Services, introduces crucial clarifications for proposal submissions. The U.S. Department of Veterans Affairs, OPAL Strategic Acquisition Center, issued this amendment on August 13, 2025. It emphasizes that while resubmissions are permitted under FAR 15.207, the government is not liable for unreadable, corrupted, or incomplete proposals, which may lead to rejection without revision. The amendment mandates that all acknowledgments of amendments be entered into the chart on page 8 and signed by the authorized representative on page one of each amendment, to be included in Volume IV. Furthermore, all provisions requiring proposer certification must be completed and submitted as part of Volume IV, along with any other representations and certifications from SAM.gov. No further questions or clarifications will be addressed, except for potential RFP extensions, which would be communicated via another amendment. This ensures the integrity and efficiency of the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Comprehensive Ergonomic Assessment Services under solicitation number 36C26226Q0104. The objective of this procurement is to provide ergonomic assessments to enhance workplace safety and efficiency for veterans' facilities, with a total of 935 hours of service required during the contract period from January 1, 2026, to December 31, 2026. This service is crucial for ensuring that the work environments are optimized for the health and productivity of employees, particularly in settings that serve veterans. Interested vendors must submit their offers by December 15, 2025, at 1:00 PM MST, and direct any questions to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    DA10--Department of Veterans Affairs- Data Call Centers - RFI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking industry input through a Request for Information (RFI) regarding the consolidation of its decentralized contact centers into a more efficient system. The objective of this initiative is to streamline operations, enhance customer experience, and reduce costs while managing over 60 million calls annually. Interested vendors are invited to provide detailed responses addressing their technical capabilities, corporate experience, and compliance with set-aside requirements, with submissions due by December 16, 2025, at 1:00 PM EST. Responses should be sent via email to Contract Specialist Joshua Fitzmaurice and Contracting Officer Mina Awad, with a maximum file size of 5 MB and a page limit of 15 pages.
    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.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    V225--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year performance period, commencing on January 31, 2026, and extending through January 30, 2031, encompassing five one-year ordering periods. This service is crucial for providing emergent and non-emergent medical transport for eligible Veterans within a 300-nautical-mile radius, adhering to strict compliance with FAA, DOT, OSHA, and accreditation standards. Interested offerors must submit their proposals electronically by December 16, 2025, with a guaranteed minimum order of $2,500.00 and a maximum contract value of $3,200,000.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.
    C1DA--National AE IDIQ MATOC On-Ramping Opportunity 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is offering an On-Ramping Opportunity for its National Architect-Engineering (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC), specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This contract aims to provide a range of A-E services, including design development, project management, and construction period services, with an emphasis on compliance with VA standards and federal regulations. The MATOC has a total capacity of $5 billion over a ten-year period, with a minimum guaranteed fee of $2,500 for selected firms, and submissions are due by January 15, 2026, at 1:00 PM ET. Interested parties should contact Sheila Vickers at sheila.vickers@va.gov or call 813-816-7155 x100434 for further details.