Q201--CCN-Next Gen Medical

SOL #: 36C10G26R0003Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)
FREDERICKSBURG, VA, 22408, United States

Place of Performance

Place of performance not available

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

Medical Managed Healthcare (Q201)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Apr 3, 2026, 6:00 PM

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) is soliciting proposals for the Community Care Network (CCN) Next Generation (Next Gen) Medical program. This is a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum aggregate value of $700 billion, aimed at providing comprehensive healthcare and related services to Veterans. Proposals are due April 3, 2026.

Purpose & Scope

This IDIQ seeks to establish and manage a network of licensed healthcare providers to deliver medical, surgical, complementary and integrative, durable medical equipment (DME), and pharmacy services for the Veterans Health Administration (VHA). The primary goal is to drive quality, efficiency, cost savings, and a positive Veteran experience. Specific requirements and services will be defined at the Task Order (TO) level, covering areas such as program management, network development and maintenance, eligibility data management, customer service, utilization management, pharmacy operations, medical documentation, claims processing, reimbursement, coordination of benefits, program integrity, clinical quality and patient safety, technology, training, healthcare appointment scheduling, and care coordination.

Contract Details

  • Type: Firm-Fixed Price plus Incentives, Multiyear, Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ).
  • Maximum Aggregate Value: $700,000,000,000.00.
  • Period of Performance: A three-year base period, followed by four option periods (two 2-year, two 2-year, and one 1-year), for a potential ten-year ordering period.
  • NAICS Code: 524114 (Direct Health and Medical Insurance Carriers), with a $47 million size standard.
  • Product Service Code (PSC): Q201 (Medical Managed Healthcare).

Set-Aside

This acquisition is Unrestricted, encouraging full and open competition from companies of all sizes.

Evaluation Factors

Proposals for the IDIQ will be evaluated based on:

  1. Technical (Corporate Experience): Most important, requiring demonstration of multi-state capabilities (through collective past performance references), program management, and IT integration.
  2. Veteran Involvement/Subcontracting Plan: More important than price. Large businesses must submit a Small Business Subcontracting Plan meeting VA goals, calculated on subcontracted service dollars (excluding supplies).
  3. Price: Least important. A rolling award strategy will be used, with evaluation in two batches. For subsequent Task Orders (TOPRs), evaluation factors will include Technical, Past Performance, Veteran Involvement/Subcontracting Plan, and Price, with Technical being most important, followed by Past Performance, then Veteran Involvement/Subcontracting, and finally Price. The VA anticipates awarding one Task Order for each initial TOPR (East and West).

Key Dates & Submission

  • Proposal Due Date: April 3, 2026, by 6:00 PM ET.
  • Initial Questions Due: February 4, 2026, by 10:00 AM EST.
  • Pre-proposal Conference: January 21, 2026 (registration due January 12, 2026).
  • Submission: Electronically via email to CCNNextGenInquiries@va.gov. Early submission is recommended.

Additional Notes

Offerors must ensure compliance with specific requirements, including the use of Microsoft Azure Maps for geo-mapping and adherence to health information interoperability standards (e.g., HL7, FHIR). Incumbent contracts for these services are 36C10G19D0038, 36C10G21D0001, 36C79119D0004, 36C79119D0005, and 36C79119D0006. Informational videos and slides on Care Coordination, Eligibility/Enrollment, and Referrals/Authorizations/SEOCs have been published to aid offerors. The VA will utilize external support (MITRE, Guidehouse, Agile4Vets, Tria Federal) during source selection.

People

Points of Contact

Jessica PortilloContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 14
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 13
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 12Viewing
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
Version 11
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 10
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 9
Combined Synopsis/Solicitation
Posted: Feb 14, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 8, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 15, 2025
View