9999--Veteran's Kid Care (VCAP) Childcare Assistance | New Base 4 | Start: 6/1/25 Open to VOSB and/or 8(a)
ID: 36C25025Q0438Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Child Care Services (624410)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 12:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the Veteran's Kid Care (VCAP) Childcare Assistance program at the Chillicothe Veterans Affairs Medical Center (VAMC), with a contract start date of June 1, 2025. The objective is to provide comprehensive drop-in childcare services for veterans attending healthcare appointments, accommodating children from six weeks to eighteen years old, including those with special needs. This initiative is crucial for supporting veterans by ensuring their children are cared for during medical visits, thereby enhancing access to necessary healthcare services. Interested parties must submit their proposals, including a Past Performance Questionnaire, by April 7, 2025, and can direct inquiries to Contract Specialist Robert J Bolcavage at Robert.Bolcavage@va.gov.

Point(s) of Contact
Robert J BolcavageContract Specialist
Robert.Bolcavage@va.gov
Files
Title
Posted
Mar 26, 2025, 10:04 PM UTC
The document is a presolicitation notice regarding the Veteran's Kid Care (VCAP) Childcare Assistance contract, designated with solicitation number 36C25025Q0438. The contracting is open to Veteran-Owned Small Businesses (VOSB) and entities eligible under the 8(a) program, indicating a focus on supporting veteran entrepreneurship. The contract's place of performance is at the Chillicothe Veterans Affairs Medical Center in Ohio, with a set response date for proposals on April 7, 2025. It falls under the NAICS code 624410 for Child Day Care Services, and the Product Service Code is listed as 9999, which generally pertains to miscellaneous services. The announcement is part of efforts by the Department of Veterans Affairs to provide necessary childcare support for veterans' families, enhancing their access to services. Key contact information for the contracting office is provided, facilitating communication for interested vendors. The notice is an advance alert to potential bidders about the upcoming opportunity to assist in this vital community service for veterans. In summary, the presolicitation notice outlines a childcare assistance contract specifically benefiting veterans, aimed at fostering small business participation, particularly from veteran-owned enterprises, while confirming essential logistics such as location, dates, and contact details.
Mar 26, 2025, 11:05 PM UTC
The government document outlines a Request for Proposal (RFP) for childcare services at the Chillicothe VA Medical Center, under the Department of Veterans Affairs (VA). The primary purpose is to secure a contractor to provide comprehensive drop-in childcare for veterans attending mental health or intensive healthcare appointments, catering to children from six weeks to eighteen years old, including those with special needs. The contract consists of a firm fixed price arrangement with a one-year base period and four optional years spanning from June 1, 2025, through May 31, 2030. Key responsibilities of the contractor include staffing childcare centers with qualified personnel, ensuring health and safety compliance, and providing engaging activities for children. The VA will supply infrastructure and necessary materials, while the contractor handles daily operations, staff management, and communication with VA officials. Monthly reports on childcare usage and adherence to specific safety protocols are mandated. The document emphasizes maintaining a high-quality childcare environment while meeting federal and state regulations. This initiative aligns with the VA’s commitment to supporting veterans without compromising care provisions.
Mar 26, 2025, 11:05 PM UTC
The document is a wage determination under the Service Contract Act published by the U.S. Department of Labor. It specifies minimum wage rates and fringe benefits for various occupations in Ohio, effective for contracts awarded on or after specific dates. The wage rates are determined by executive orders which mandate higher minimum wages, including $17.75 per hour under Executive Order 14026 for contracts initiated after January 30, 2022, and $13.30 for contracts between 2015 and January 29, 2022. The document outlines detailed wage rates for numerous occupations, from administrative support to technical and healthcare positions, including required benefits such as health and welfare contributions, vacation days, and sick leave provisions. Specific footnotes address additional considerations for certain roles, indicating compliance with federal standards. The conformance process for unlisted job classifications is also described, outlining steps for proper wage classification under federal guidelines. Overall, this wage determination serves as a regulatory framework ensuring fair labor practices and compliance in federal contracts, thus reflecting policy measures to uphold worker rights and compensation standards across various sectors.
This memorandum, dated March 26, 2025, addresses the compliance with the Department of Labor Wage Determination in relation to the solicitation identified as 36C25025Q0438 for services at a VA medical center. The document certifies that the contracting company will adhere to wage standards, ensuring that all employees engaged under the potential contract are compensated at or above the current Department of Labor Wage Determination rates. Specific labor categories mentioned include Child Care Attendant and Child Care Center Clerk. The certification requires signatures from the company owner, CEO, and COO, verifying compliance and commitment to these labor standards. This document is part of the protocol for federal requests for proposals (RFPs) which mandates adherence to wage determinations to protect workers and maintain fair labor practices.
Mar 26, 2025, 11:05 PM UTC
The Department of Veterans Affairs, Network Contracting Office 10, is seeking proposals for a drop-in childcare services program for the Chillicothe Veterans Affairs Medical Center (VAMC). A crucial part of the proposal evaluation involves assessing the past performance of offerors on similar contracts, which necessitates feedback from relevant organizations. Therefore, a Past Performance Questionnaire is provided for informants to rate and provide insights on the offeror's performance. The questionnaire covers several areas, including contract identification, customer agency details, respondent identification, and performance assessments through a rating scale. Respondents are required to indicate the contractor’s performance quality regarding various aspects, from management capabilities to timely problem resolution and overall contract compliance. Feedback must be submitted electronically by April 7, 2025, to facilitate timely evaluations and decisions. The completion of this questionnaire is an essential component of the source selection process, emphasizing the importance of prior performance in determining potential success in fulfilling future contracts for the VA.
The document is a compliance memorandum regarding FAR 52.219-14, which pertains to limitations on subcontracting in federal solicitations. It certifies that the submitting company commits to adhering to the regulation that mandates at least 50% of contract performance costs incurred for personnel must be expended for the company’s own employees. The memorandum identifies the entities involved, including the company owner, CEO, and COO, who all provide necessary signatures to affirm compliance with the requirements outlined in the Performance Work Statement in response to the solicitation. This document reinforces the company’s obligation to use its workforce effectively and ensures regulatory adherence for government contracting. Overall, it serves as a formal declaration of compliance vital for maintaining contract eligibility under federal regulations.
Similar Opportunities
Q201--Holly Springs CBOC Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Community Based Outpatient Clinic (CBOC) Services in Holly Springs, Mississippi, through an indefinite-delivery indefinite-quantity (IDIQ) contract. The procurement aims to enhance healthcare delivery for veterans, encompassing primary and mental health care services, with a total estimated ceiling amount of $40 million over a base year and up to nine option years. This initiative is crucial for providing accessible and comprehensive care to veterans, ensuring adherence to stringent quality assurance standards and VA policies. Interested contractors must submit their proposals by April 30, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Angela C. Tucker at Angela.Tucker2@va.gov.
G004--HCHV - Emergency Residential Placement, estimated 4 Beds per day Big Spring, TX
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide emergency residential placement services for homeless veterans through the Healthcare for Homeless Veterans (HCHV) program in Big Spring, TX. The contract aims to facilitate the safe placement of veterans with co-morbid conditions, ensuring they receive timely healthcare and support as they transition to permanent housing. This procurement is critical for addressing homelessness among veterans and enhancing their overall well-being through structured oversight and compliance with federal and state guidelines. Interested parties should note that the proposal submission deadline has been extended to April 24, 2025, at 1 PM MDT, and inquiries can be directed to Contract Specialist Nesha S. Nelson at Nesha.Nelson@va.gov, with an estimated contract value of $19 million over the service period.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposals (RFP) for onsite Primary Care Physician Services within Veterans Integrated Service Network (VISN) 20. Contractors will be required to provide Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver quality primary care to VA beneficiaries across multiple facilities in the Northwest, including locations in Oregon, Washington, Idaho, and Alaska. This procurement is significant as it aims to enhance healthcare services for veterans, with a focus on meeting the American Board of Internal Medicine Guidelines. The acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with contracts expected to be awarded within 120 days of the proposal deadline, which is anticipated around May 15, 2025. Interested parties can reach out to Scott A. Reed at scott.reed2@va.gov or by phone at 509-321-1909 for further information.
Q402--PRE-SOLICITATION NOTICE *THIS NOT A REQUEST FOR PROPOSALS OR REQUEST FOR QUOTES*
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 5 (NCO 5), is preparing to solicit proposals for community nursing home services under Indefinite Delivery Contracts (IDCs) in the NCO 5 area, which includes parts of West Virginia, Ohio, and Maryland. Contractors will be required to provide skilled nursing care at their facilities, and must be licensed by the respective states and qualified for Medicare/Medicaid. This procurement is crucial for ensuring that veterans receive appropriate care in community settings, with the solicitation expected to be issued around December 1, 2024, and proposals accepted until September 1, 2025. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may direct inquiries to Contracting Officer Jabbar Pringle at Jabbar.Pringle@va.gov.
V226--Ride Share Scheduling Services
Buyer not available
The Department of Veterans Affairs is seeking proposals for Ride Share Scheduling Services under solicitation number 36C24825Q0507, specifically set aside for Veteran-Owned Small Businesses. The objective of this procurement is to enhance transportation logistics for veterans, particularly focusing on those experiencing homelessness and ensuring timely ride arrangements to support their healthcare needs. This contract will cover a base performance period from May 16, 2025, to May 15, 2026, with four optional years, and includes various services such as administrative costs and 24-hour support for scheduled riders. Interested vendors must submit their quotes by April 30, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer David Wesley Hess at david.hess2@va.gov or by phone at 727-295-6041.
Q402--RFP- CONTINUOUS CNH
Buyer not available
The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.
G004--36C26125Q0459 | Readjustment Counseling Service
Buyer not available
The Department of Veterans Affairs (VA) is seeking contractors to provide Readjustment Counseling Services for the VA Sierra Nevada Health Care System under solicitation number 36C26125Q0459. The objective is to assist eligible veterans, active-duty service members, and their families in overcoming psychosocial and socioeconomic challenges related to military trauma through various counseling formats. This initiative is crucial for supporting the reintegration of service members into civilian life and ensuring their mental health needs are met. Interested contractors must submit their capability statements, including socioeconomic status and relevant experience, via email to LaDonna Collins at ladonna.collins@va.gov by April 23, 2025, at 1:30 PM Pacific Time. The contract is expected to commence on July 1, 2025, and will span one year with options for two additional years based on performance.
Chinle Vet Center
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of clinical space for the Chinle Vet Center in Flagstaff, Arizona, with a lease term of 20 years and a firm commitment for the first five years. The procurement aims to secure a fully serviced, contiguous office environment that meets stringent design specifications to support counseling and support services for veterans, including private counseling rooms, a reception area, and accessible facilities. This initiative is crucial for enhancing the quality of care provided to veterans, ensuring compliance with VA standards and regulations. Interested parties should contact Ralph Crump at ralph.crump@va.gov or call 405-456-3612 for further details, with proposals due by April 25, 2025.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
G004--Healthcare for Homeless Veterans Program Services Contract Opportunity for Philadelphia and Coatesville, PA
Buyer not available
The Department of Veterans Affairs is seeking potential contractors to provide healthcare services for homeless veterans in Philadelphia and Coatesville, PA, through a Sources Sought Notice. The objective is to gather market information on small businesses, particularly those classified as HUBZone, 8(a), or Veteran-Owned, that can meet the requirements outlined in the Performance Work Statement under NAICS code 624221 (Temporary Shelters). This initiative is crucial for ensuring that homeless veterans receive the necessary support and services in a timely manner. Interested parties must submit their responses, including company size classification and pricing details, by April 25, 2025, to Stefanie Carter at stefanie.carter3@va.gov, as this notice is intended solely for market research and does not constitute a solicitation for proposals.