RFP-797-FSS-00-0115-R4: 621I Professional & Allied Healthcare Staffing Services

SOL #: RFP797FSS000115R4Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NAC FEDERAL SUPPLY SCHEDULE (36F797)
HINES, IL, 60141, United States

Place of Performance

Place of performance not available

NAICS

Temporary Help Services (561320)

PSC

Other Medical Services (Q999)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 1, 2021
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Dec 23, 2026, 11:00 PM

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 a Federal Supply Schedule (FSS) program. This is a standing solicitation (RFP-797-FSS-00-0115-R4) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule contract. Proposals are accepted on a continuous basis, with the overall program response date extending to March 19, 2030.

Scope of Services

This solicitation covers a broad range of professional and allied healthcare staffing services (PSC Q999, NAICS 561320). The geographic coverage has been expanded to require pricing 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: Multiple Award, Fixed-Price, IDIQ with Economic Price Adjustment (EPA) provisions.
  • Period of Performance: Typically 5 years, with options to extend up to 10 years total.
  • Minimum Sales: Contractors must achieve $25,000 in sales within the first two years and annually thereafter.
  • Set-Aside: Open to all responsible offerors. Various small business set-aside clauses are incorporated by reference, allowing for task orders to be set aside for HUBZone, Small Business, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Women-Owned Small Business concerns.

Submission & Evaluation

  • Submission: Offers must be submitted electronically via email to FSSOffersandExtensions@va.gov. Digital or scanned wet signatures are accepted. Offerors must complete the comprehensive "Vendor Response Document" (02) and "Proposed Pricing & Commercial Sales Practices" (03) forms.
  • Evaluation: Proposals 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 & Updates

Recent amendments have introduced significant changes:

  • Economic Price Adjustment: Clause I-FSS-969 has been deleted and GSAM Clause 552.238-120 Economic Price Adjustment – Federal Supply Schedule Contracts (Tailored) (Sep 2024) is now incorporated. This clause governs order-level pricing flexibilities.
  • Industrial Funding Fee (IFF): The grace period for reporting sales and remitting the 1.0% IFF has been reduced from 60 days to 30 days after the close of each quarter.
  • Regulatory Updates: Numerous FAR clauses have been updated, including those related to Contractor Employee Whistleblower Rights (FAR 52.203-17), Offeror Representations and Certifications (FAR 52.212-3), Contract Terms and Conditions (FAR 52.212-5), Encouraging Contractor Policies to Ban Text Messaging While Driving (FAR 52.226-8), Minimum Wages (FAR 52.222-55), Paid Sick Leave (FAR 52.222-62), and COVID-19 Safety Protocols (FAR 52.223-99).
  • Forms: The Responsibility Evaluation and Signature Authority forms have been updated, and a correction was made to the solicitation number on Form SF1449.

Contact Information

For inquiries, contact the FSS Helpdesk at HelpDesk.AMMHINFSS@va.gov or 708-786-7737.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
View

Versions

Version 17
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 16Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 15
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 14
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View
Version 13
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View
Version 12
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 11
Combined Synopsis/Solicitation
Posted: Nov 26, 2025
View
Version 10
Combined Synopsis/Solicitation
Posted: Sep 30, 2025
View
Version 9
Combined Synopsis/Solicitation
Posted: Mar 20, 2025
View
Version 8
Combined Synopsis/Solicitation
Posted: Jan 21, 2024
View
Version 7
Combined Synopsis/Solicitation
Posted: Dec 12, 2023
View
Version 6
Combined Synopsis/Solicitation
Posted: Nov 2, 2022
View
Version 5
Combined Synopsis/Solicitation
Posted: Nov 2, 2022
View
Version 4
Combined Synopsis/Solicitation
Posted: Jan 28, 2022
View
Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2022
View
Version 2
Combined Synopsis/Solicitation
Posted: Oct 26, 2021
View
Version 1
Combined Synopsis/Solicitation
Posted: Oct 1, 2021
View