R499--State Veterans Home (SVH) Nursing Homes
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), Strategic Acquisition Center, is soliciting proposals for an independent survey company to conduct Surveys of State Veterans Homes (SVH). This Solicitation (36C10G24R0016) seeks services to ensure compliance with Title 38 Code of Federal Regulations (CFR) Part 51 for nursing homes, domiciliaries, and Adult Day Health Care (ADHC) programs within SVHs. The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price agreement.
Scope of Work
The selected contractor will be responsible for conducting annual, for-cause, and recognition surveys of SVHs, aligning with Centers for Medicare and Medicaid Services (CMS) survey processes. Key requirements include:
- Utilizing qualified personnel with expertise in long-term care surveys, quality measures, and CMS processes.
- Ensuring at least one surveyor per team is a licensed Registered Nurse.
- Providing a professional Spanish linguist for one specific SVH facility.
- Delivering various outputs such as Annual and Quarterly Survey Schedules, Ad Hoc Reports, Final Survey Reports, Deficiency Summary Reports, Simple Reports, a Program Work Plan, a Communication Plan, a Contractor Personnel Training Plan, and an Electronic Feedback Mechanism.
Contract Details
This is an IDIQ Fixed Price contract with a 12-month base period and four (4) 12-month option periods. It includes a minimum guarantee of $40,000, with the maximum ceiling amount to be determined at the time of award. Pricing will be detailed across various Contract Line Item Numbers (CLINs) for services like annual surveys, for-cause surveys, recognition surveys, meetings, and reports, with escalated rates for option periods.
Set-Aside & Eligibility
This acquisition is a Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15). The primary Product Service Code is R499 (Other Professional Services). The NAICS Code is 541611 (Management Consulting Services) with a size standard of $24.5 Million.
Submission & Evaluation
Proposals are due by Friday, June 12, 2026, at 3:00 PM ET. Offers must remain valid for a minimum of 180 days. The award will be made to the responsible offeror whose proposal offers the Best Value to the Government. Evaluation factors are weighted as follows: Technical Approach (significantly more important), Past Performance (slightly more important than Price), Cost/Price (slightly more important than Veteran Preference), and Veteran Preference. Questions regarding the solicitation must be submitted by Tuesday, May 12, 2026, at 3:00 PM ET.
Key Attachments & Compliance
Bidders must review numerous attachments detailing compliance requirements and operational standards. These include a Business Associate Agreement (BAA) for Protected Health Information (PHI) handling (HIPAA/HITECH), various VA Forms (e.g., drug-free workplace, equal opportunity, lobbying, staffing profiles), and extensive Life Safety Checklists (NFPA 101, NFPA 99) for nursing homes, domiciliaries, and ADHC facilities. Documents also provide guidance on Corrective Action Request (CAR) procedures, Scope and Severity Matrix for deficiencies, and VA's interpretation of NFPA codes for existing systems. Understanding these documents is crucial for developing a compliant and competitive proposal.