Q201--CCN-Next Gen Medical
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) has issued a Combined Synopsis/Solicitation for the Community Care Network (CCN) Next Generation (Next Gen) Medical program. This is a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract aimed at establishing and maintaining a comprehensive network of healthcare providers to deliver medical, surgical, complementary/integrative, durable medical equipment (DME), and pharmacy services to Veterans. The unrestricted solicitation encourages participation from companies of all sizes.
Scope of Work
The selected contractors will provide a full range of healthcare and related services, technical and management expertise, and solution-related products. Key responsibilities include:
- Network Development and Maintenance: Establishing and managing a comprehensive network of licensed healthcare providers, meeting network adequacy standards for drive times and appointment availability.
- Program Management: Project planning, resource mobilization, risk management, and performance reporting (Monthly Progress Reports, Program Management Reviews).
- Data Management: Eligibility data management, electronic data interchange (EDI) for claims (834, 835, 837P, 837D, 837I, 277CA), and required medical provider information.
- Service Delivery: Customer service, utilization management, pharmacy operations, medical documentation, claims processing and adjudication, reimbursement submission, coordination of benefits, and program integrity.
- Clinical Quality and Patient Safety: Monitoring and oversight, including adherence to Incentive/Disincentive Plans (IDPs) based on performance metrics like Adverse Credit Reporting (ACR) ticket volumes and Value-Based Purchasing Network Coverage.
- Optional Tasks: May include appointment scheduling and comprehensive care coordination.
Contract Details
- Contract Type: Firm-Fixed-Price Plus Incentive, Multiple Award, IDIQ. Task Orders will also be Firm-Fixed-Price plus Incentive.
- Maximum Aggregate Value: $700,000,000,000.00.
- Minimum Guaranteed Amount: $10,000.00.
- Period of Performance: A base period of three (3) years, followed by four option periods (two (2) years, two (2) years, two (2) years, and one (1) year), totaling a potential ten-year ordering period. Task Orders will typically have a 3-year base and two 1-year options.
- NAICS Code: 524114 (Direct Health and Medical Insurance Carriers), Size Standard: $47 Million.
- PSC Code: Q201 (Medical Managed Healthcare).
- Set-Aside: Unrestricted (Full and Open Competition).
Submission & Evaluation
- Initial Questions Due: February 4, 2026, 10:00 AM EST.
- Post-Proposal Conference Questions Due: February 4, 2026, 10:00 AM EST.
- Proposals Due: March 16, 2026, 2:00 PM EST.
- Pre-proposal Conference: Held on January 21, 2026. Recording and slides are available.
- Submission Method: Electronically via email to CCNNextGenInquiries@va.gov.
- Evaluation Factors (IDIQ): Best Value Trade-off, considering (1) Technical (Corporate Experience), (2) Veterans' Involvement/Subcontracting Plan, and (3) Price. Technical and Veterans' Involvement/Subcontracting Plan are significantly more important than Price. Corporate Experience requires demonstrating multi-state capabilities, program management, and IT integration through collective past performance references.
- Evaluation Factors (TOPR): Technical (Oral Presentation and Written Submission), Past Performance, Veteran Involvement/Subcontracting, and Price. Technical is the most important, followed by Past Performance, then Veteran Involvement/Subcontracting, and finally Price.
Additional Notes
Offerors interested in the first two medical Task Order Proposal Requests (TOPRs) must submit their TOPR proposals alongside their IDIQ proposals. The MITRE Corporation, Guidehouse, Agile4Vets, and Tria Federal will assist the VA during the source selection process.