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 seeking 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 Primary Family Caregivers enrolled in the Program of Comprehensive Assistance for Family Caregivers (PCAFC), including services such as estate planning, debt management, and educational webinars. The contract will be awarded as a single firm-fixed price and time and materials agreement, with a base period of 12 months and four optional 12-month periods, emphasizing compliance with HIPAA and specific professional credentials. Interested parties must submit their proposals by January 8, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Brian Kadel at Brian.Kadel@va.gov or 240-215-1653.

    Point(s) of Contact
    Brian KadelContract Specialist
    (240) 215-1653
    Brian.Kadel@va.gov
    Files
    Title
    Posted
    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.
    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
    R499--Ergonomic Assessment Services
    Buyer not available
    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.
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    SPS Services
    Buyer not available
    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.
    R408--Acquisition Support Services
    Buyer not available
    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.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Buyer not available
    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.
    Q201--Behavioral Healthcare for Clinicians Base 4 Option Years
    Buyer not available
    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 approximately 20,415 employees. The contract, structured as a firm-fixed-price agreement with a one-year base and four option years, requires licensed clinicians with specialized experience in healthcare settings to deliver teletherapy services, including 24/7 access to therapists, rapid therapist matching, and up to three complimentary sessions per employee. This initiative is crucial for supporting the mental health and well-being of VA staff, ensuring adherence to VA policies, HIPAA regulations, and federal records management. Interested parties can contact Contract Specialist Richard Ruffin at richard.ruffin@va.gov or by phone at 414-844-4800 x 43257 for further details.
    Q201 - Behavioral Health Services for Clinicians
    Buyer not available
    The Department of Veterans Affairs, through the Great Lakes Acquisition Center (GLAC), is preparing to issue Solicitation 36C25226Q0080 for Behavioral Health Services for Clinicians, aimed at supporting approximately 20,415 employees across all VISN 12 facilities. This procurement will involve a firm fixed price contract with a base period and four option years, focusing on delivering essential behavioral healthcare services. The solicitation is expected to be released around December 3, 2025, with a response deadline set for December 15, 2025. Interested parties can direct inquiries to Richard Ruffin at richard.ruffin@va.gov, noting that no telephone inquiries will be accepted.
    G004--VA Long Beach Healthcare System 10-Bed Transitional Housing and Supportive Services
    Buyer not available
    The Department of Veterans Affairs (VA) Long Beach Healthcare System (VALBHS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide 10-bed transitional housing and supportive services for homeless veterans. The contract aims to deliver essential services, including room, board, case management, and transportation, through the Health Care for Homeless Veterans Contracted Emergency Residential Services (HCHV CERS) model, focusing on veterans transitioning from homelessness or institutional settings. This initiative is critical for addressing veteran homelessness and facilitating rapid rehousing, with a maximum contract value of $4,600,000 over a five-year period, from March 1, 2026, to February 28, 2031. Interested parties should contact Contract Specialist Rafael Cervantes at rafael.cervantes@va.gov or 562-766-2295, with proposals due by December 31, 2025.
    V225--Ambulance Services (Prestonsburg area) /
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for ambulance services in the Prestonsburg area, specifically for the Hershel "Williams" Williams VA Medical Center and its associated clinics. The contract, identified as 36C24526Q0076, encompasses a range of services including Basic Life Support (BLS), Advanced Life Support (ALS), Specialty Care Transport (SCT), and Critical Care Transport (CCT), requiring the contractor to provide all necessary vehicles, personnel, and equipment while adhering to strict federal, state, and local regulations. This procurement is crucial for ensuring reliable and timely transportation services for veterans, with a maximum contract value of $5 million over five years. Interested parties must submit their proposals by November 7, 2025, at 3 PM Eastern Time, and can direct inquiries to Mark Smith at mark.smith25@va.gov.
    G004--RESIDENTIAL BEDS (WOMEN)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.