R418--Caregiver Support Program Financial and Legal Services (CSP-FLS) (VA-25-00004108)
ID: 36C10X26R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSAC FREDERICK (36C10X)FREDERICK, MD, 21703, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the Caregiver Support Program Financial and Legal Services (CSP-FLS) under solicitation number 36C10X26R0001. This procurement aims to provide comprehensive financial and legal services to designated Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including estate planning, advanced directives, power of attorney, and financial planning services such as budgeting and debt management. The contract will be awarded as a single firm-fixed price and time and materials hybrid contract, with a base period of 12 months and four optional 12-month periods, emphasizing nationwide service coverage and compliance with HIPAA regulations. Proposals are due by January 8, 2026, at 10:00 AM Eastern Time, and interested parties can contact Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653 for further information.

    Point(s) of Contact
    Brian KadelContract Specialist
    (240) 215-1653
    Brian.Kadel@va.gov
    Files
    Title
    Posted
    This government file, an amendment to solicitation 36C10X26R0001, addresses questions and updates related to a contract for financial and legal services for designated Primary Family Caregivers under the VA MISSION Act of 2018. Key updates include an extension of the solicitation closing date to January 14, 2025, and revised page limitations for proposal volumes. The document clarifies evaluation criteria for non-price factors, staffing requirements, and acceptable equipment for contractor personnel. It details the scope of services, including legal advice, financial planning, and identity theft support, emphasizing nationwide coverage. The amendment also outlines requirements for staff licensure, insurance, and the use of a HIPAA-compliant referral tool. It confirms a hybrid contract type with Firm-Fixed Price and Time & Materials for Other Direct Costs, along with updated participant projection volumes for the base and option periods.
    This amendment to solicitation 36C10X26R0001, dated January 5, 2026, from the Department of Veterans Affairs Strategic Acquisition Center – Frederick, provides crucial updates and clarifications for offerors. The document addresses questions regarding the pricing schedule, specifically for Project Management Plan (PMP) CLINs 0002, 1002, 2002, 3002, and 4002, confirming the PMP is only required for the Base Period. It also clarifies that if the optional financial planning CLIN (0020, 1020, 2020, 3020, 4020) is exercised, all six webinars will be required. Furthermore, quantities for Referral Process, Documents, and Videos CLINs (0027, 1027, 2027, 3027, 4027) have been set to 12 MO. All changes are reflected in the updated D.10 ATTACHMENT K – PRICE SCHEDULE_Rev2, with modifications highlighted in blue for easy reference. This amendment ensures all offerors have accurate and consistent information for proposal submission, emphasizing the importance of acknowledging receipt of this amendment to avoid rejection of offers.
    The Department of Veterans Affairs (VA) Strategic Acquisition Center is issuing a combined synopsis/solicitation (RFP 36C10X26R0001) for Caregiver Support Program Financial and Legal Services (CSP-FLS). The solicitation, under NAICS Code 541110 (Office of Lawyers) and Product Service Code R418 (Legal Services), seeks proposals for a single contract award. The small business size standard is $16 million. Responses are due by January 8, 2026, at 10:00 AM Eastern Time. The RFP incorporates VA Class Deviations implementing the Revolutionary FAR Overhaul and FAR FAC Number 2025-26. Interested parties can find further requirements and solicitation details in the attached documents, which include various forms and attachments related to background investigations, security rules, sample referral language, subcontracting limitations, and pricing schedules.
    This government solicitation, 36C10X26R0001, issued by the Department of Veterans Affairs, seeks proposals for financial and legal services for designated Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC). The contractor will provide services across all U.S. states and territories, including financial planning, debt management, estate planning, advanced directives, and power of attorney. Services also include educational webinars and a 24/7 customer service call center with translation capabilities. The contract is a hybrid type with Firm-Fixed Price and Time and Materials Line Items, with a 12-month base period and four 12-month option periods. Key requirements include compliance with HIPAA, Section 508 accessibility standards, and specific professional credentials for legal and financial staff. The contractor is responsible for comprehensive monitoring, data reporting, and survey administration to assess program effectiveness, with all data and documents subject to VA ownership and unlimited rights. Background investigations for personnel are also mandated.
    This government file, Attachment K PRICE SCHEDULE for RFP 36C10X26R0001, outlines the financial and legal services required for the Caregiver Support Program. It details a comprehensive price schedule for a base period of 12 months and four subsequent 12-month option periods. The services are categorized into mandatory and optional tasks, encompassing legal services such as estate planning (simple wills, advanced directives, power of attorney, guardianship), referrals, and educational programs, as well as financial planning services including household budgeting, debt management, retirement planning, and insurance review. The document also includes line items for project management, monitoring and data reporting, surveys, referral processes, and customer service. Notably, specific line items for optional legal services (identity theft) and language translation are designated as Other Direct Costs (ODCs) with Not-to-Exceed amounts of $35,000 and $20,000 respectively per period. Offerors are required to complete all quantity, unit, unit price, and total price fields for each line item in their proposals.
    The document outlines the price schedule for the Caregiver Support Program's Financial and Legal Services (Solicitation 36C10X26R0001), detailing mandatory and optional tasks across a base period and four option periods, each lasting 12 months. Services include various legal provisions such as estate planning, advanced directives, power of attorney, guardianship, and legal consultations, along with financial planning services covering household budgeting, debt management, retirement planning, insurance reviews, and financial counseling. Optional services extend to identity theft support, civil dispute assistance, mortgage refinancing, extensive financial coaching, credit management, and college expense planning. The schedule also includes costs for monitoring, data reporting, surveys, referral processes, and a customer service call center. Not-to-exceed costs are specified for identity theft services ($35,000) and language translation ($20,000) as Other Direct Costs (ODCs). Offerors are required to provide pricing for all listed line items.
    The document "36C10X26R0001 - Caregiver Support Program Financial and Legal Services Attachment K PRICE SCHEDULE" outlines the pricing structure for a Request for Proposal (RFP) related to caregiver support services. It details various mandatory and optional legal and financial planning services, along with monitoring, data reporting, and customer service components. The price schedule requires offerors to propose pricing for a base 12-month period, including line items for services such as simple wills, advanced directives, power of attorney, debt management, retirement planning, and household budgeting. The document also specifies Not-to-Exceed amounts for Optional Legal Services (identity theft) and Other Direct Costs (ODCs) for a Referral Resource Tool and Language Translation. The purpose is to solicit comprehensive pricing from offerors for a range of caregiver support services.
    The Department of Veterans Affairs (VA) Information Security Rules of Behavior (ROB) for Organizational Users outlines mandatory security protocols for VA employees, contractors, and affiliates accessing VA information systems. This document, required by federal regulations, details responsibilities, expected behaviors, and compliance measures. Users must sign the ROB annually, acknowledging their agreement to adhere to rules regarding system access, data protection, device security, teleworking, and incident reporting. The ROB explicitly prohibits unauthorized access, disclosure, or modification of VA information and systems. Non-compliance can lead to restricted access, disciplinary action, and civil or criminal penalties. Key directives include using VA-approved devices and software, safeguarding sensitive information, protecting passwords, and reporting security incidents promptly. The ROB ensures the confidentiality, integrity, and availability of VA information and information systems, emphasizing user accountability and compliance with federal and VA policies.
    The Department of Veterans Affairs (VA) Caregiver Support Program offers contracted legal and financial planning services to eligible Veterans or their Primary Caregivers. These services are accessed via a concierge referral system and are limited to specific topics and durations. Legal services include up to three 30-minute sessions for drafting documents like Simple Wills, Powers of Attorney, and Advanced Directives, as well as identity theft restorative services and civil dispute assistance. Financial planning services also provide up to three 30-minute sessions for topics such as household budgeting, debt management, and retirement planning review. Services exceeding the specified limits or those not explicitly covered, such as complex estate planning, in-person court representation, or processing guardianship instruments through court, will be at the individual's own expense. Each covered service may be utilized only once within a 12-month period, requiring a new referral for each instance.
    This government file outlines the limitations on subcontracting for federal contracts, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under VAAR 852.219-75. It mandates that for service contracts, the prime contractor cannot pay more than 50% of the government-paid amount to firms that are not certified SDVOSBs or VOSBs. Similar limitations apply to general construction (85%) and special trade construction (75%), with material costs often excluded. The document emphasizes that any further subcontracting by a similarly situated certified subcontractor counts towards the limitation. Offerors must certify compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications. The VA reserves the right to request documentation to verify compliance and may impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution, for non-compliance or bad faith. Failure to provide the required certification with the bid will render the offer ineligible for award.
    Attachment E, titled "Affirmation of No Additional Financial Gains and Maintained Active Insurance," is a certification required by the Veterans Health Administration (VHA) Caregiver Support Program's Financial and Legal Services solicitation. It mandates that any awarded offeror, identified as [insert name of offeror], must certify they will not receive financial gains from referrals for supplemental financial or legal services beyond the contract's realized profit. Additionally, the certification requires that all licensed attorneys working under the contract maintain a minimum of $300,000.00 in annual malpractice insurance or the state's minimum, whichever is higher. For financial services, the Contractor must hold $1M in miscellaneous professional liabilities insurance. The document also includes spaces for the signee's name, title, signature, date, and company information, affirming their authorization to execute the certification on behalf of the offeror. This ensures ethical financial practices and adequate professional liability coverage for services provided.
    This document outlines a National Business Associate Agreement (BAA) template for the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and its contractors. It establishes requirements for the use and disclosure of Protected Health Information (PHI) under HIPAA and HITECH Acts, applying to contracts spanning multiple VHA facilities or with vendors having existing VHA BAAs. The BAA is drafted and signed by the VHA Privacy Office Business Relations and Agreements Team post-contract award, not by contracting officers. Key provisions include strict limitations on PHI use and disclosure, mandatory safeguards, incident reporting within one business day, and detailed written reports within ten business days. Business Associates must also ensure subcontractors comply with these terms, return or destroy PHI upon contract termination, and are liable for HIPAA violations. The agreement emphasizes VHA's ownership of PHI and requires biennial review.
    The document, D.8 ATTACHMENT H, outlines a standardized format for submitting past performance references within a government solicitation, likely an RFP or grant application. It details a structure for reporting up to three past performance examples, emphasizing that if no relevant recent performance exists, it should be stated. For each reference, Offerors must provide comprehensive details including the company name, relationship to the Offeror (e.g., prime or subcontractor), contracting organization, contract number, type, total price/cost, period of performance, and contact information for the contracting officer and program manager. Additionally, the form requires the NAICS code and an indication of whether CPARS/PPIRS reports were completed. Crucially, Offerors must provide a concise description of the work's relevance to the current solicitation and explain any performance issues, corrective actions, and their results, especially those noted in CPARS/PPIRS reports. This attachment serves to collect critical information for evaluating an Offeror's experience and capability.
    The Department of Veterans Affairs (VA) is issuing a Past Performance Questionnaire (PPQ) for RFP No. 36C10X26R0001, titled "VHA Caregiver Support Program Financial and Legal Services." This questionnaire is designed to gather reference information on a contractor's past performance for a competitive service contract award. It requires detailed evaluations across various performance areas, including overall quality, delivery, service quality, problem resolution, and personnel quality, using a rating scale from 1 (below standard) to 5 (almost always exceeds standard). Additionally, the PPQ asks about any past performance issues such as cure notices, terminations, or adverse performance discussions. It also requests information on contract period, dollar value, and a brief description of services provided. Completed questionnaires are to be submitted to Lindi.Sylvester@va.gov and Brian.Kadel@va.gov. This document is crucial for the VA's evaluation process, ensuring a comprehensive assessment of potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    U006--CH36 - Personalized Career Planning & Guidance (PCPG)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Personalized Career Planning and Guidance (PCPG) Services. This procurement, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to assist Servicemembers, Veterans, and eligible Dependents in achieving their academic and vocational goals. The contracts will be awarded for four geographic districts—Pacific, Continental, Southeast, and Northeast—with an eight-month base period followed by four one-year option periods, ensuring a minimum guaranteed amount of $25,000 per awardee and a maximum aggregate value of $9,000,000 per awardee. Interested offerors must register on SAM.gov and verify their SDVOSB status in the SBA certification database, with the solicitation expected to be available around January 7, 2026, and responses due by February 6, 2026. For further inquiries, contact Edward Bradford at edward.bradford@va.gov or call 254-299-9807.
    Q201--CCN-Next Gen Medical
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Community Care Network (CCN) Next Generation Medical initiative, which aims to establish a comprehensive network of healthcare providers for Veterans. This procurement involves a combined synopsis/solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on delivering medical, surgical, and pharmacy services while ensuring compliance with federal regulations and quality standards. The selected contractors will be responsible for various tasks, including claims processing, eligibility management, and network adequacy, with a significant emphasis on performance evaluation through established metrics. Proposals are due by March 16, 2026, with a pre-proposal conference scheduled for January 22, 2026. Interested parties can contact Contracting Officer Jessica Portillo at jessica.portillo1@va.gov for further information.
    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.
    SPS Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.
    Q201--Behavioral Healthcare for Clinicians Base 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive behavioral healthcare services for its healthcare personnel within the VA Great Lakes Health Care System, specifically for Veterans Integrated Services Network (VISN) 12. The contract, structured as a firm-fixed-price agreement, includes a one-year base period with four option years, requiring licensed clinicians to deliver teletherapy services, ensuring 24/7 access, therapist matching within 48 hours, and up to three initial sessions per employee at no cost. This initiative is crucial for supporting the mental health needs of approximately 20,415 healthcare personnel, adhering to strict VA policies and HIPAA regulations. Interested parties should note that the deadline for quote submissions has been extended to January 12, 2026, and can contact Contract Specialist Richard Ruffin at richard.ruffin@va.gov or 414-844-4800 x 43257 for further information.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Ergonomic Assessment Services for the VA San Diego Healthcare System. The objective of this procurement is to enhance workplace ergonomics, thereby improving the health and productivity of employees and veterans. This service is crucial for ensuring compliance with health and safety standards while promoting a comfortable working environment. The total award amount for this contract is $19.5 million, with a contract period from February 6, 2026, to February 5, 2027. Interested parties must submit their proposals by January 27, 2026, at 1:00 PM MST, and can direct inquiries to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    DA01--New Contract - Polypharmacy (VA-26-00018584)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a new contract titled "Reducing Inappropriate Polypharmacy" to address medication management issues within the VA healthcare system. The procurement aims to develop and implement software solutions that will enhance program management, pilot phases, and sustainment of services, with an estimated total award amount of $47 million over a base period of six months and four one-year option periods. This initiative is critical for improving patient care and reducing the risks associated with polypharmacy among veterans. Interested parties must respond to the solicitation by January 14, 2026, at 10 AM Eastern Time, and can contact Contract Specialist Elena Juliano at elena.juliano@va.gov or 848-377-5194 for further information.
    Q301--Metabolomics and Lipidomic Pulmonary Study
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a contract titled "Q301--Metabolomics and Lipidomic Pulmonary Study," which has transitioned from a small business set-aside to full and open competition. The objective of this procurement is to conduct Metabolomics and Lipidomics testing on 185 human samples, which is crucial for advancing research in pulmonary health. The contract will span from January 20, 2026, to January 19, 2027, with all offers due by January 15, 2026, at 1:00 PM MST, and must be submitted via email to Contract Specialist Felicia L. Simpson at Felicia.Simpson@va.gov. Interested vendors are encouraged to review the solicitation documents thoroughly and ensure compliance with all requirements to facilitate a successful submission.
    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.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.