Q402--Open & Continuous for OBVAMC for Community Nursing Home Services in Louisiana, Arkansas, and Texas.
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, Network Contracting Office 16 (NCO 16), is soliciting proposals for Community Nursing Home (CNH) Services for the Overton Brooks VA Medical Center (OBVAMC). This is a multi-award Indefinite Delivery Contract (IDC) to serve eligible Veterans in the Louisiana, Arkansas, and East Texas catchment area. The solicitation is UNRESTRICTED and open to full and open competition. Offers are due by March 23, 2026.
Purpose & Scope
This opportunity seeks to establish contracts for comprehensive nursing home services, including primary medical care, provider visits, specialty consultations, drugs, and routine supplies. Services must meet the health needs and promote the maximum well-being of VA patients, adhering to Patient Driven Payment Model (PDPM) at VA per diem rates. Key requirements include maintaining current CMS certification (Medicare and/or Medicaid) and a State nursing home license, timely VA referrals (ideally within 24 hours), monthly provider visits, and participation in VA's CNH Program with a minimum 3-star overall rating or a 2-star overall rating with a 4-star or greater quality measures score on CMS Nursing Home Compare.
Contract Details
- Contract Type: Multi-Award Indefinite Delivery Contract (IDC)
- Set-Aside: UNRESTRICTED (Full and Open Competition)
- NAICS Code: 623110 (Size Standard: $34 Million)
- Period of Performance: Up to five years from the date of award, with anticipated ordering periods spanning from April 1, 2025, to March 31, 2030.
- Contract Value: IDC Minimum of $500.00, IDC Maximum of $49,000,000.00.
- Applicable Regulations: Federal Acquisition Regulation (FAR) Parts 12, 15, and 16.504.
- Wage Determination: Wage Determination 1973-0121 Revision 61, dated December 23, 2024, applies, establishing minimum wage rates and fringe benefits for covered occupations across multiple states, including Louisiana, Arkansas, and Texas. Bidders must factor these labor costs into their pricing.
Quality Assurance & Performance Standards
A Quality Assurance Surveillance Plan (QASP) outlines the Government's method for evaluating contractor performance. Performance standards include 100% compliance for providing licenses, cooperating in corrective action plans, notifying VA of veteran hospitalizations (within 72 hours) and deaths (within 24 hours), reporting sentinel events, and ensuring accessible medical records. Invoices must be 95-100% accurate and timely. Monitoring methods include direct observation, periodic inspection, user surveys, and analysis of reports.
Submission & Evaluation
- Offers Due: March 23, 2026, by 7:00 PM UTC.
- Submission Method: Electronic proposals via email to aminisha.daniel@va.gov.
- Evaluation Factors:
- Factor 1 (Technical): VA Nursing Home Inspection Team Evaluation Report and Medicare Star rating.
- Factor 2 (Past Performance): Medicare Star Rating from the previous five years and CPARS ratings.
- Required Documents: Offerors must complete specific blocks of SF 1449, provide Section B.1 Contract Administration Data, POC information, sign the QASP, and submit FAR Clause 52.212-3 or SAM record. Additional documents include State Nursing Home License, insurance certificate, State Assessment/Survey/Inspection reports, and completed fill-in clauses for 52.209-7.
Contact Information
For inquiries, contact Aminisha S Daniel, Contract Specialist, at Aminisha.Daniel@va.gov or (504) 507-2024.