Q509--BOI Acute Bedside Dialysis Contract 5-Year IDIQ: 06/01/2026 - 05/31/2031
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), Network Contracting Office 20 (NCO 20), is seeking quotes for Acute Bedside Dialysis Services for eligible patients at the Boise VA Medical Center (BVAMC). This is an Unrestricted, firm-fixed price, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Quotes are due April 30, 2026.
Scope of Work
The contractor will provide Registered Nurse (RN) services for acute bedside dialysis, including Hemodialysis, Peritoneal Dialysis, and Continuous Renal Replacement Therapy (CRRT). This includes furnishing all necessary equipment, supplies, and being responsible for equipment maintenance, repair, and cleaning. Services are non-personal and must be performed on-site at the Boise VA Medical Center. Offerors must be located within a 50-mile radius of the BVAMC.
Contract Details
- Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Five years, from June 1, 2026, to May 31, 2031.
- Minimum/Maximum: Guaranteed minimum of 200 units; maximum of 2,000 units.
- NAICS Code: 621492 (Kidney Dialysis Centers), Size Standard: $47 million.
- PSC Code: Q509 (Family & Internal Medicine Services).
- Set-Aside: Unrestricted.
- Place of Performance: Department of Veterans Affairs Medical Center, 500 West Fort Street, Boise, ID 83702.
Personnel & Compliance Requirements
- Personnel Qualifications: RNs must hold a current, valid, unrestricted license, Basic Life Support (BLS) certification, negative PPD/chest x-ray, and Hepatitis B immunity. VA VetPro credentialing is required. BSN preferred.
- Security: Contractor personnel require background investigations (NACI level clearance) and must adhere to VA security and privacy protocols. Liquidated damages apply for data breaches involving Sensitive Personal Information (SPI).
- Insurance: Contractor must provide worker's compensation and professional liability insurance ($1M per individual, $3M per occurrence).
- Rules of Behavior: Adherence to VA's Contractor Rules of Behavior, including proper account management, data protection, and security incident reporting.
- Legal Status: Certification of compliance with immigration laws, prohibiting employment of illegal aliens or foreign nationals in violation of U.S. admission status.
- Organizational Conflict of Interest (OCI): Offerors must submit a statement detailing any potential OCI or unfair competitive advantage, including for consultants and subcontractors.
Submission & Evaluation
- Response Due Date: April 30, 2026, at 4:30 PM Pacific Time (PST).
- Questions Due Date: April 23, 2026, at 4:30 PM PST.
- Submission Method: Email quotes to david.hurrell@va.gov.
- Quote Format: PDF or Microsoft Word, assembled into four parts: Administrative, Past Performance, Technical Capability, and Price. Each part has a 25-page limit.
- Evaluation Factors (Descending Order of Importance):
- Technical: (Staffing Plan, Ability to meet schedule and quality requirements, Quality control plan) — Non-price factors combined are significantly more important than price.
- Past Performance
- Price
Attachments
Key attachments include the Performance Work Statement (PWS), Quality Assurance Surveillance Plan (QASP), Key Personnel Listing, Past Performance References, Contractor Employee Legal Status, Organizational Conflict of Interest Statement, Rules of Behavior, and the Price/Cost Schedule.