RFP-797-FSS-00-0115-R4: 621I Professional & Allied Healthcare Staffing Services
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), National Acquisition Center, is seeking proposals for Professional & Allied Healthcare Staffing Services (621I) under Federal Supply Schedule (FSS) solicitation RFP-797-FSS-00-0115-R4. This is a standing solicitation, meaning offers are accepted on a continuous basis with no closing date. The opportunity aims to establish multiple-award contracts for nationwide coverage.
Scope of Services
This solicitation covers a broad range of professional and allied healthcare staffing services (PSC Q999, NAICS 561320). Services are required for nationwide domestic delivery, encompassing the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington D.C., and U.S. territories. Awardees will be eligible to fulfill orders for every state and local requirement.
Contract Details
- Contract Type: Indefinite Quantity, Indefinite Delivery (IDIQ) Multiple Award Schedule, fixed-price with Economic Price Adjustment (EPA) provisions.
- Period of Performance: Contracts are awarded for 5 years from the award date, with options to extend for up to three additional 5-year periods, totaling a potential 20-year contract.
- Set-Aside: The solicitation is open to all responsible offerors. Various small business set-aside clauses (e.g., HUBZone, Small Business, SDVOSB, EDWOSB, WOSB) are incorporated by reference, indicating potential for orders to be set aside.
- Minimum Sales: Awardees must achieve minimum sales of $25,000 within the first two years and annually thereafter.
Submission & Evaluation
- Submission: Offers must be submitted electronically via email to FSSOffersandExtensions@va.gov. Specific formatting and subject line requirements apply.
- Evaluation: Offers will be evaluated based on a "best value" determination, considering factors such as price, special features, past performance, quality, expertise, and socioeconomic status. A pre-award review may be conducted for offers exceeding $3,000,000 per year.
- Key Requirements: Offerors need a minimum of two years of corporate experience, must demonstrate firm responsibility, and complete the GSA "Pathway to Success" education seminar.
Key Amendments & Requirements
Recent amendments have introduced several important changes:
- Geographic Coverage: Expanded to nationwide domestic delivery.
- Economic Price Adjustment (EPA): Clause I-FSS-969 has been deleted and replaced with GSAM Clause 552.238-120, allowing order-level COs to make EPAs based on market conditions.
- Industrial Funding Fee (IFF): The grace period for reporting sales and remitting the IFF (1.0% of sales) has been reduced from 60 to 30 days after the close of the quarter.
- Regulatory Updates: Incorporates updated FAR clauses related to Contractor Employee Whistleblower Rights, Offeror Representations and Certifications, Contract Terms and Conditions, Encouraging Contractor Policies to Ban Text Messaging While Driving, Equal Employment Opportunity, Minimum Wages ($15/hr), Paid Sick Leave, and COVID-19 Safety Protocols.
- Documentation: Updates to the Responsibility Evaluation and Signature Authority documents.
Contact Information
For inquiries, contact the FSS Helpdesk at HelpDesk.AMMHINFSS@va.gov or 708-786-7737.