Awarded ContractSolicitation

R408--DHO, Interoperability Pledge Program Support (Convener)

DEPARTMENT OF VETERANS AFFAIRS 36C10G25R0026
Total Obligated
$4,975,435
SAM.gov
Current Recipient
THE GREEN TECHNOLOGY GROUP, LLC FAIRFAX STATION 22039
Sep 26, 2025
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs (VA) is seeking proposals for the R408--DHO, Interoperability Pledge Program Support (Convener) contract, which aims to enhance healthcare data exchange between the VA and community providers. The contractor will serve as a neutral convener for the Interoperability Pledge Community of Practice (IPCOP), facilitating program management, identifying interoperability gaps, and developing standards to improve care for Veterans. This five-year contract, with a total period of performance anticipated to begin around September 30, 2025, prioritizes Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a requirement for a Business Associate Agreement (BAA) to protect Protected Health Information (PHI). Interested parties should direct inquiries to Contract Specialist Kristal N Hall at Kristal.Hall@va.gov, with proposals due by September 12, 2025.

Classification Codes

NAICS Code
541611
Administrative Management and General Management Consulting Services
PSC Code
R408
SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT

Solicitation Documents

18 Files
PreSolicitation Notice.docx
Word15 KB7/28/2025
AI Summary
The Department of Veterans Affairs (VA) has issued a pre-solicitation notice for the Interoperability Pledge Program Support, designated by solicitation number 36C10G25R0026. This initiative aims to enhance access to Veteran patients’ medical histories and improve care delivery, particularly in light of newly available benefits related to the PACT and COMPACT Acts, which focus on suicide prevention and health care for Veterans affected by toxic exposure. The contract will encompass several key task areas, including Program Management, creation of an Interoperability Pledge Community of Practice (IPCOP), alignment with national standards, and development of an implementation guide. The expected contract duration is five years, with four potential one-year extensions. This notice serves as a preliminary announcement and is intended for information and planning purposes only, with the official solicitation anticipated to be released around August 12, 2025. It highlights the VA's commitment to improving the implementation of health services for Veterans through collaboration with community providers and emphasizes the importance of seamless access to medical information for timely treatment decision-making.
PreSolicitation Notice_Updated.docx
Word24 KB8/6/2025
AI Summary
The Department of Veterans Affairs (VA) Digital Health Office (DHO) has issued a pre-solicitation announcement for the Interoperability Pledge Program Support (Convener). This initiative aims to facilitate seamless care and immediate access to Veteran medical history, driven by legislative actions like the PACT Act and COMPACT Act, which address toxic exposures and Veterans in suicidal crisis. The selected contractor will provide support services in program management, establish an Interoperability Pledge Community of Practice (IPCOP), ensure national standards alignment and development, and assist in the development and publication of new implementation guides or standards. The anticipated period of performance is five years, with four one-year option years.
PreSolicitation Notice.docx
Word15 KB8/6/2025
AI Summary
The Department of Veterans Affairs (VA) Digital Health Office (DHO) is issuing a pre-solicitation notice for the Interoperability Pledge Program Support (Convener) requirement, with an anticipated solicitation release around August 12, 2025. This initiative aims to enhance seamless care and immediate access to Veteran patient medical history, driven by recent legislation such as the PACT Act and COMPACT Act, which address toxic exposures and Veterans in suicidal crisis. The selected contractor will provide support services in program management, establishing an Interoperability Pledge Community of Practice (IPCOP), national standards alignment and development, and the development and publication of a new implementation guide or standard. The contract is expected to have a five-year period of performance, including four one-year option periods. This notice is for informational and planning purposes only and does not constitute a solicitation or commitment by the government.
36C10G25R0026.docx
Word258 KB9/4/2025
AI Summary
This federal Request for Proposal (RFP) (Solicitation Number 36C10G25R0026) outlines a five-year contract for Administrative Management and General Management Consulting Services (NAICS Code 541611) for the Veterans Health Administration (VHA). The contract prioritizes socioeconomic business categories for evaluation, with Service-Disabled Veteran-Owned Small Businesses (SDVOSB) at Tier 1. The period of performance is anticipated to begin on or around September 30, 2025. A key requirement is the establishment and maintenance of a Business Associate Agreement (BAA) with VHA to ensure the protection of Protected Health Information (PHI). The RFP details contract clauses, including those related to subcontracting, payment terms, and compliance with various federal regulations and executive orders, such as those concerning small business utilization, labor standards, and supply chain security. Invoices must be submitted electronically via Tungsten Network. The document also includes a schedule of supplies/services with direct labor and travel costs for the base year and four option years, with travel expenses NTE costs ranging from $43,400.00 to $52,800.00 per year.
Attachment C - Past Performance References.pdf
PDF155 KB9/4/2025
AI Summary
Attachment C, "Past Performance References," is a critical component for government solicitations like RFPs and grants, designed to evaluate an offeror's or proposed subcontractor's prior work. The document outlines a standardized template for up to three past performance references, which can also be used to declare no relevant or recent past performance. For each reference, key information is required, including the offeror's name, the company that performed the work, their relationship to the offeror (prime or subcontractor), the contracting organization's details, contract numbers, type, total awarded and final prices, and period of performance. Contact information for the contracting officer and program manager is also requested, along with the NAICS code and whether a CPARS/PPIRS report was completed. Additionally, a detailed description of the work's relevance to the current solicitation and an explanation of any performance issues, corrective actions, and their outcomes are mandatory. This attachment ensures transparency and provides government agencies with essential data to assess an entity's ability to successfully deliver on future contracts.
Attachment A - Performance Work Statement_Convener_v2.docx
Word122 KB8/29/2025
AI Summary
The Department of Veterans Affairs (VA) is seeking a contractor to establish and manage an Interoperability Pledge Community of Practice (IPCOP). This initiative, driven by the PACT and COMPACT Acts, aims to improve Veteran healthcare by enhancing data exchange between the VA and community providers. The contractor will serve as a neutral convener, facilitating collaboration among healthcare organizations to identify interoperability gaps, develop standards, and create implementation guides. Key tasks include program management, IPCOP administration, national standards alignment, and optional development of new implementation guides. The contract is a firm-fixed-price with a 12-month base period and four 12-month options, with performance at contractor facilities or teleworking. The contractor must provide key personnel with specific qualifications, including a Program Manager III, Informatics Specialist/Bioinformatician, and Health System Specialist II. All deliverables, such as project plans, progress reports, and strategic documents, will be submitted electronically.
Attachment B - RFP Questions_Responses.xlsx
Excel35 KB8/29/2025
AI Summary
The document, "Interoperability Pledge Program Support_Convener Attachment B RFP Questions Solicitation No 36C10G25R0026," outlines questions and answers regarding a federal government Request for Proposal (RFP) for a neutral convener to support the Interoperability Pledge Program (IPPOP). The RFP seeks a contractor to facilitate consensus building within the healthcare interoperability community, manage a public-facing knowledge management repository, and support workgroups. Key concerns raised include the contractor's role in hosting and securing the IPPOP platform, data ownership, the definition and scope of the non-compete clause, and personnel qualifications. The government clarifies that the contractor will host and secure the public-facing platform, that experience will not substitute for a Master's degree, and emphasizes the need for a neutral convener without proprietary interests in work products. The non-compete clause is broadly defined to prevent conflicts of interest and unfair competitive advantages within the healthcare interoperability community, applying to subcontractors and extending beyond the contract term. The document also addresses questions about deliverables, travel, and pricing, with updates to clarify requirements and provide additional guidance for offerors.
Attachment D- Past Performance Questionnaire.docx
Word52 KB9/4/2025
AI Summary
The Department of Veterans Affairs (VA) Strategic Acquisition Center – Fredericksburg is issuing Attachment D: Past Performance Questionnaire (PPQ) as part of Request for Proposal (RFP) 36C10G25R0026. This questionnaire serves as a reference for evaluating a contractor's past performance for a competitive service contract. The document provides instructions for rating contractors on various performance areas, including overall quality, delivery, service quality, problem resolution, and personnel quality, using a six-tier rating scale from "Exceptional" to "Not Applicable." It also includes questions about past performance issues, such as cure notices, terminations, and willingness to re-award contracts. The PPQ requires information about contract period, dollar value, and a description of services provided. Completed questionnaires are to be submitted via email to Kristal Hall and Tawana Young. This attachment is crucial for the VA's evaluation of potential contractors and subcontractors, ensuring a comprehensive assessment of their capabilities and past conduct.
Attachment E - Proposal Price Template.xlsx
Excel56 KB9/4/2025
AI Summary
The document outlines the pricing template and instructions for an Interoperability Pledge Program Support RFP from the Department of Veterans Affairs. Offerors are required to fill in their company name, proposed labor rates for various categories (Program Manager III, Project Manager II, Informatic Specialist/Bioinformatician, Health System Specialist II), and proposed escalation rates for option years. The template includes a summary of proposed prices for a base period and four option years, totaling $240,000.00. Government-provided travel costs are fixed and combined with direct labor to determine the final price. The document details travel expenses for various meetings and team travel, as well as skill set definitions for each labor category, including minimum education and experience requirements. Offerors must not alter the worksheets or workbook beyond the highlighted cells.
Attachment A - Performance Work Statement_Convener.pdf
PDF253 KB8/29/2025
AI Summary
The Department of Veterans Affairs (VA) seeks a contractor to establish and facilitate an Interoperability Pledge Community of Practice (IPCOP). This initiative, driven by the PACT and COMPACT Acts, aims to improve Veteran healthcare by enhancing data exchange between the VA and community providers. The contractor will act as a neutral convener, managing the IPCOP, fostering collaboration among healthcare organizations, and developing interoperability standards and implementation guides. Key tasks include program management, administering the IPCOP, facilitating workgroups, creating strategic documents, and aligning with national standards. The contract is a firm-fixed-price agreement for a 12-month base period with four 12-month options, requiring specific key personnel and adherence to strict deliverables and reporting requirements.
Attachment B - RFP Questions.xlsx
Excel13 KB8/29/2025
AI Summary
The document "Interoperability Pledge Program Support_Convener Attachment B RFP Questions Solicitation No 36C10G25R0026" is part of a federal government Request for Proposal (RFP) process. It is an attachment specifically outlining the questions related to the solicitation for program support for an "Interoperability Pledge" initiative. The document's structure indicates that it provides a numbered list of questions, likely for potential bidders to answer as part of their proposal submission. The inclusion of "Source Selection Information FAR 2.101 and 3.104" signifies that this document contains sensitive information related to the procurement process, emphasizing its role in evaluating and selecting a suitable vendor for the program support role. The main purpose of this document is to solicit specific information from interested parties to assess their capabilities and understanding of the Interoperability Pledge Program.
Attachment H - Non-Compete Agreement.pdf
PDF714 KB8/29/2025
AI Summary
This Non-Compete Agreement (Attachment H) outlines terms for an Offeror participating in Solicitation 36C10G25R0026, the Interoperability Pledge Program Support (Convener). The Offeror will establish and facilitate an Interoperability Pledge Community of Practice (IPCOP) to improve healthcare for veterans. Due to access to the Department of Veterans Affairs’ (VA) confidential information, the Offeror agrees to a non-compete clause: for the agreement's term and 24 months post-completion/termination, they will not work with competing entities on interoperability requirements. The agreement, negotiable and subject to Virginia law, ensures the VA's interests are protected and can only be amended in writing by the VA Contracting Officer and the Offeror.
Attachment A - Performance Work Statement_Convener_v3.docx
Word122 KB9/4/2025
AI Summary
The Department of Veterans Affairs (VA) is initiating an Interoperability Pledge Program to enhance healthcare data exchange between the VA and community providers. This program, driven by legislation such as the PACT Act and COMPACT Act, aims to improve care for Veterans, especially those in suicidal crisis or affected by toxic exposures. The VA seeks a neutral convener to establish and manage an Interoperability Pledge Community of Practice (IPCOP). The contractor will facilitate this IPCOP to identify interoperability gaps, develop standards, and create implementation guides. Key tasks include program management, IPCOP administration, national standards alignment, and potentially developing new standards or guides. The contract is a Firm-Fixed Price with a 12-month base period and four 12-month options, requiring key personnel with expertise in program management, informatics, and health systems.
Attachment B - RFP Questions_Responses_Updated_9042025.xlsx
Excel34 KB9/4/2025
AI Summary
The "Interoperability Pledge Program Support_Convener" solicitation (No. 36C10G25R0026) outlines the VA's requirements for a contractor to serve as a neutral convener for the Interoperability Pledge Community of Practice (IPCOP). The contractor will manage a public-facing knowledge management repository outside the VA firewall, procure necessary software licenses, and ensure data/site security. Key aspects include facilitating workgroups, developing strategic documents, and coordinating standards. The VA emphasizes contractor neutrality, prohibiting proprietary interests in work products. The RFP addresses numerous questions regarding deliverables, travel, personnel qualifications, pricing, and the now-removed non-compete clause, aiming to clarify expectations and ensure the successful advancement of interoperability within the healthcare industry.
Attachment F - QASP.docx
Word64 KB9/4/2025
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the Department of Veterans Affairs' approach to monitoring contractor performance for the Interoperability Pledge Program Support_Convener contract. The plan details the systematic methods, roles, and responsibilities for ensuring the contractor meets established performance standards and quality levels. It emphasizes a performance-based management approach, focusing on outcomes rather than processes, and defines methodologies for monitoring, including random, 100%, and periodic inspections, as well as customer feedback. The QASP also specifies how performance will be determined, documented, and reported, outlining procedures for addressing unacceptable performance. Key personnel roles, such as the Contracting Officer (CO) and Contracting Officer's Representative (COR), are defined, along with their responsibilities in overseeing surveillance activities and resolving issues. The document includes attachments for performance requirements and sample monitoring forms, ensuring transparent and consistent evaluation of the contractor's adherence to project schedules, staffing proficiency, and complaint resolution.
Attachment G- NDA_Interoperability Pledge Program Support_Convener.pdf
PDF260 KB9/4/2025
AI Summary
This government file outlines the terms and conditions for a contractor providing services to the federal government, specifically concerning RFPs, grants, and state/local RFPs. It details the contractor's responsibilities, including adherence to established procedures, maintaining confidentiality, and ensuring data security. The document emphasizes the contractor's role in assisting the government with various tasks, such as data analysis, report generation, and ensuring compliance with federal regulations. Key aspects covered include communication protocols, data handling, and the contractor's obligation to provide accurate and timely information. The file also addresses the contractor's employees, requiring them to comply with all government policies and procedures. Overall, the document serves as a comprehensive guide for the contractor to effectively and securely support government operations.
Attachment I - Organizational Conflict of Interest_Convener.pdf
PDF654 KB9/4/2025
AI Summary
Attachment I, titled "Organizational Conflict of Interest," outlines the requirements for offerors, subcontractors, and consultants to disclose any actual or potential organizational conflicts of interest when submitting proposals for federal government RFPs, federal grants, or state/local RFPs. Offerors must provide a concise statement detailing any past, present, or planned financial, contractual, or organizational interests that could lead to a conflict. This includes information for all identified consultants and subcontractors. The document also requires a description of how the offeror's organizational and/or management system will prevent or mitigate such conflicts. Failure to disclose or misrepresentation of conflicts of interest can result in contract termination at no cost to the Government. The attachment emphasizes transparency and accountability to ensure fair and ethical practices in government contracting.
Attachment J- Business Associate Agreement Template.doc
Word84 KB9/4/2025
AI Summary
This Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration and a named company establishes requirements for handling Protected Health Information (PHI) under HIPAA and HITECH Acts. The company, as a Business Associate, will provide services (e.g., medical device, transcription) to the VA facility, necessitating the exchange of PHI. The agreement defines key terms like "Breach," "Business Associate," and "PHI." It outlines the Business Associate's obligations, including safeguarding PHI, reporting incidents/breaches within strict timeframes (24 hours for discovery, 10 business days for a written report), and not directly notifying individuals or the Department of Health and Human Services. The Business Associate must also ensure subcontractors comply with similar restrictions and assist the Covered Entity (VA) with individual requests for PHI access, amendment, and accounting. PHI remains VA property, and the Business Associate cannot sell or market de-identified data without prior written approval. The agreement also specifies the Covered Entity's obligations, amendment procedures, and termination conditions, including automatic termination or for cause in case of a material breach. Obligations regarding PHI protection survive termination. This BAA ensures PHI is handled securely and in compliance with federal regulations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 28, 2025
amendedAmendment #1Aug 6, 2025
amendedAmendment #2· Description UpdatedAug 29, 2025
amendedLatest Amendment· Description UpdatedSep 4, 2025
deadlineResponse DeadlineSep 12, 2025
awardAwarded to THE GREEN TECHNOLOGY GROUP, LLC FAIRFAX STATION 22039Sep 26, 2025
expiryArchive DateOct 26, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)

Point of Contact

Contract Specialist
Kristal N Hall

Official Sources