Q201--CCN-Next Gen Medical
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 Fredericksburg, is soliciting proposals for a Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA-IDIQ) contract for Community Care Network (CCN) Next Generation (Next Gen) Medical services. This unrestricted opportunity aims to establish a comprehensive network of licensed healthcare providers to deliver a broad range of medical services to Veterans. Proposals are due by April 17, 2026, at 2:00 PM EST.
Scope of Work
This MA-IDIQ will support the Veterans Health Administration (VHA) in providing CCN services, including medical, surgical, complementary and integrative health, durable medical equipment (DME), and pharmacy services. Contractors will be responsible for program management, network development and maintenance, eligibility data management, customer service, utilization management, medical documentation, claims processing and adjudication, reimbursement submission, program integrity, clinical quality and patient safety, technology, training, appointment scheduling, and care coordination. Specific requirements will be defined at the Task Order (TO) level.
Contract Details
- Contract Type: Multiple Award Indefinite-Delivery, Indefinite-Quantity (MA-IDIQ), Firm-Fixed-Price plus Incentive Task Order.
- Maximum Aggregate Value: $700,000,000,000.00 (Seven Hundred Billion Dollars).
- Minimum Guarantee: $10,000.00.
- Period of Performance: A 10-year ordering period, consisting of a 3-year base period and four option periods (two 2-year periods, one 2-year period, and one 1-year period).
- NAICS Code: 524114 (Direct Health and Medical Insurance Carriers).
- Product Service Code (PSC): Q201 (Medical Managed Healthcare).
- Set-Aside: Unrestricted for initial Task Order Proposal Requests (TOPRs 1 and 2). Future TOPRs may be set aside for small businesses based on market research.
Key Dates & Submission
- Proposal Due Date: April 17, 2026, by 2:00 PM EST.
- Questions Due: February 4, 2026, by 10:00 AM EST.
- Pre-proposal Conference: January 21, 2026.
- Submission: Electronically via email to CCNNextGenInquiries@va.gov. Proposals should not be compressed (.zip files) and may be logically separated into multiple emails if necessary due to size restrictions.
Evaluation Factors
Proposals will be evaluated using a Best Value trade-off approach, with factors weighted as follows:
- Technical (Corporate Experience): Most important. Offerors must demonstrate experience operating a network with over $200M in claims paid within 12 months, covering at least nine U.S. states, OR demonstrating a cross-section of services with implementation, program management, and IT integration across multiple states.
- Veterans' Involvement/Subcontracting Plan: Second most important. Non-Veteran offerors proposing certified SDVOSBs or VOSBs as subcontractors will receive partial consideration, with subcontract values expressible as percentages.
- Price: Least important.
Additional Notes
FedRAMP requirements are defined at the Task Order level, not the IDIQ level. The VA encourages IDIQ proposals regardless of current FedRAMP status. An "Open Mic" session was held on March 30, 2026, for industry feedback, but this did not reopen the formal Q&A period.