R499--Community Living Centers (CLC) Long Term Care
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), through its Strategic Acquisition Center, has issued a Solicitation (36C10G24R0017) for an Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price contract. This opportunity seeks an independent survey company to provide Community Living Centers (CLC) Long Term Care survey services for VA-owned and operated CLCs and Spinal Cord Injury/Disorders (SCI/D) Long Term Care Centers. The contractor will conduct surveys in accordance with Centers for Medicare and Medicaid (CMS) processes and federal regulations. This is a Women-Owned Small Business (WOSB) Set-Aside.
Scope of Work
The selected contractor will be responsible for conducting annual and "for cause" surveys at approximately 134 CLCs and 5 SCI/D Long Term Care Centers. These surveys will utilize CMS processes and protocols, including the State Operations Manual (SOM) Appendix PP, and will be unannounced. Key activities include direct resident care observation, physical environment assessment, and medical record review. The contractor must identify and report substandard and Immediate Jeopardy (IJ) deficiencies. Deliverables include various reports (survey, electronic feedback, quarterly), and the development of a Program Work Plan, Communication Plan, and Contractor Personnel Training Plan. The scope also involves conducting kickoff, monthly, and quarterly meetings, and providing survey schedules. The VA's approach to resident-centered care, as outlined in the HATCH model, should be understood by bidders.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price (FP)
- Period of Performance: A 12-month base period and four (4) 12-month option periods.
- Minimum Guarantee: $40,000
- Estimated Value: $24.5 Million (Maximum Ceiling TBD at award)
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services)
- Size Standard: $24.5 Million
Submission & Evaluation
- Proposal Submission Deadline: June 12, 2026, at 3:00 PM ET
- Questions Due: May 12, 2026, at 3:00 PM ET
- Submission Method: Electronically to the Contract Specialist and Contracting Officer.
- Evaluation Factors: Proposals will be evaluated based on Technical capability (most important), Past Performance, Cost/Price, and Veterans Preference. A Best Value Tradeoff analysis will be used for award.
Key Attachments
Bidders must review several critical attachments, including:
- Pricing Sheets (N & O): For estimated quantities and detailed CLIN rates, including a 3% annual escalation for option periods.
- Business Associate Agreement (M): Outlines strict requirements for handling Protected Health Information (PHI) under HIPAA and HITECH.
- Survey Templates (K, L, J, I, D): Provide insight into VA's assessment standards, including survey report templates, Immediate Jeopardy assessment, Scope and Severity Ratings, and Survey Observation Records.
- Regulatory Guides (F, H): Detail the VA F-Tag Crosswalk and VA-Joint Commission Life Safety Code Clarifications.
- Operational Context (A, B, C, G, E): Introduce the VA CLC HATCH model, list of VA CLCs and SCI/D centers, Corrective Action Request procedures, survey due dates, and surveyor component guides.