Q522--HCR - Long Term Contract for Interventional Radiology Physician Services - James J. Peters (JJP) Medical Center - Bronx VAMC
ID: 36C24225R0092Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide long-term Interventional Radiology Physician services at the James J. Peters Medical Center in Bronx, NY. The procurement aims to secure Board Certified or Board Eligible physicians to deliver comprehensive radiology services, adhering to the standards set by the American College of Radiology, with a contract duration of one base year and four option years, potentially totaling up to $16 million. This opportunity is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring high-quality healthcare for veterans. Interested parties should contact Contract Specialist Veronica J Baldwin at Veronica.Baldwin1@va.gov, with proposals due by September 2, 2025, at 3:00 PM EST.

    Point(s) of Contact
    Veronica J BaldwinContract Specialist
    Veronica.Baldwin1@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for on-site Interventional Radiology Physician services at the James J. Peters Healthcare System in Bronx, NY. It specifies the requirement for Board Certified or Board Eligible physicians to provide comprehensive radiology services, emphasizing adherence to the American College of Radiology standards. The contract encompasses one base year and four option years, with a total award amount of up to $16 million. This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key details include the performance work statement, which mandates high-quality clinical services, credentialing of medical personnel, and adherence to various healthcare regulations and VA directives. Offerors must submit bids electronically, and payment will be processed through an approved invoicing system. The document also establishes a framework for contractor responsibilities, performance expectations, and penalty provisions for non-compliance. Overall, this RFP underscores the VA’s commitment to ensuring quality healthcare for veterans through specialized professional services while supporting veteran-owned businesses.
    The Department of Veterans Affairs (VA) is seeking market research through a Sources Sought Notice for Board Certified Interventional Radiology Physician services at the James J. Peters VA Medical Center in Bronx, NY. The purpose is to identify contractors capable of providing on-site services, including emergency coverage. This notice is not a solicitation and does not guarantee future contracts. The anticipated NAICS Code is 621111, applying to physician services. Qualified contractors must demonstrate their capabilities and experience, ensuring compliance with standards set by the American College of Radiology (ACR). The contractor will handle staffing coverage during personnel absences and is responsible for personnel qualifications and conduct. Interested parties are required to submit their responses by July 11, 2025, including company credentials and capabilities. Additionally, response submissions should comply with federal registration requirements. The notice emphasizes the importance of continuity in healthcare services for veterans and seeks to ensure that providers meet established standards for quality care.
    The document is an amendment to a previously issued solicitation by the Department of Veterans Affairs, specifically Network Contracting Office (NCO) 2. The main purpose of the amendment is to extend the deadline for submission of offers from August 31, 2025, to September 2, 2025, at 3:00 PM EST. Additionally, it revises the contract minimum and maximum amounts. Previously, the guaranteed minimum was set at $200,000.00 with a maximum limit of $4,967,514.73; however, these amounts are now designated as TBD (to be determined). The significance of this document lies in its role in adjusting the proposal timeline and clarifying contract details to ensure compliance with federal regulations regarding indefinite quantity contracts, specifically referencing FAR Clause 52.216-22. This amendment highlights the agency's commitment to maintaining an open bidding process while also ensuring clarity in contract specifications for potential bidders.
    The document serves as an amendment to solicitation number 36C24225R0092 issued by the Department of Veterans Affairs, specifically by the Network Contracting Office (NCO) 2. The primary purpose of this amendment is to officially cancel the solicitation effective immediately, indicating the possibility of a future resolicitation of the requirements. It details necessary instructions for offerors regarding acknowledgment of the amendment and emphasizes that all original contract terms remain in effect except for the cancellation. The document outlines the administrative process for the amendment, signed by the Contracting Officer, Veronica Baldwin. This cancellation reflects the procedural elements of government contracting and the intended clarity regarding solicitation changes.
    The Quality Assurance Surveillance Plan (QASP) outlines a framework for evaluating contractor performance under a specific contract, emphasizing objectivity and fairness. It details the monitoring objectives, methods, personnel responsible, and documentation protocols. Key roles include a Contracting Officer (CO) responsible for overall compliance and a Contracting Officer’s Representative (COR) overseeing technical administration. Performance standards are established to assess contractor adherence to contract terms, with quarterly progress reports required to evaluate various performance metrics. Surveillance encompasses direct observation, periodic inspections, customer complaint validation, and documentation review. Ratings for performance range from "Exceptional" to "Unsatisfactory," guiding future contractual decisions based on past performance evaluations. The QASP serves as a dynamic, evolving document, subject to periodic revisions in conjunction with the contractor. Such structured oversight is crucial for ensuring service quality and compliance with federal and local requirements, thereby reinforcing accountability within government contracts.
    The document addresses the issue of Organizational Conflicts of Interest (OCI) in healthcare contracts, specifically within the context of the VA's procurement process. It emphasizes the importance of preventing situations where a contractor's impartiality may be compromised or where they might gain an unfair competitive edge. Offerors are required to disclose any relevant past, present, or planned interests that could lead to an OCI, including those of any consultants or subcontractors associated with the proposal. The Contracting Officer has the authority to determine if an OCI exists and may disqualify a contractor unless the conflict can be effectively mitigated. If unresolved, a waiver may be sought under FAR regulations. Non-disclosure or misrepresentation of such conflicts can lead to contract termination at no cost to the government. The document also includes a certification statement for contractors to affirm their lack of conflicts related to a specific solicitation for Interventional Radiology services at the James J. Peters VAMC Healthcare System. This ensures that potential contractors are held accountable for transparency regarding their organizational relationships and interests to uphold the integrity of the procurement process.
    The document outlines the certification requirements for contractors working with the Department of Veterans Affairs (VA) under the Immigration and Nationality Act of 1952, as amended. It mandates that contractors ensure compliance with laws enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor regarding the employment of non-immigrant foreign nationals. Contractors cannot knowingly employ or subcontract individuals in violation of their immigration status. Furthermore, they must adhere to E-Verify requirements and relevant Federal Acquisition Regulations. Non-compliance may lead to the prohibition of affected foreign nationals from working on VA projects and can result in contract termination. Contractors are also required to secure similar certifications from their subcontractors to maintain compliance across all levels. The document serves to uphold legal and ethical standards in the employment practices of contractors serving veterans.
    The document outlines the personnel pre-screening requirements for candidates applying to the James J. Peters Healthcare System under RFQ 36C24225R0092. It specifies the necessary information for each candidate, including personal details, professional credentials, and verification of qualifications. Each candidate is required to provide their full name, contact information, National Provider Identifier (NPI) number, and Drug Enforcement Administration (DEA) number, alongside state licensing details and medical liability insurance expiration dates. Furthermore, it inquires if the candidates are credentialed and privileged and requests a copy of any National Criminal History Check (NCHC) conducted previously. The structure is uniform for all candidates, allowing for consistent evaluation. This document is significant as it sets forth the criteria and essential documentation needed for candidate consideration in the context of government RFPs, ensuring compliance and the integrity of personnel involved in healthcare services at the Bronx VAMC.
    The Department of Veterans Affairs (VA) Information Security Rules of Behavior (ROB) outlines the necessary conduct for users of VA information systems. It defines both organizational users (e.g., employees, contractors) and non-organizational users, establishing that compliance with these rules is mandatory as guided by OMB Circular A-130 and VA Handbook 6500. Non-compliance may lead to disciplinary actions and potential criminal consequences for serious violations. The document details specific behaviors users must adhere to, including safeguarding VA sensitive information, using VA-approved devices and software, and reporting security incidents immediately. Users must sign the ROB annually to gain access to VA systems, rejecting which results in denied access. Best practices range from securing mobile devices to adhering to strict password management and email encryption protocols. Users must also maintain the confidentiality of sensitive information and avoid unauthorized disclosures. In the context of government grants and RFPs, the ROB serves as a foundational element in security compliance, ensuring that VA protects its sensitive data and upholds its operational integrity. It reinforces the government's commitment to safeguarding information and minimizing risk through defined user responsibilities and accountability.
    The document outlines a proposal cost breakdown for various positions, likely in response to a government Request for Proposals (RFP) for professional services. It includes cost categories such as base salary, fringe benefits, retirement contributions, and malpractice insurance for physicians. Detailed sections provide space for hourly rates, total salary calculations, and various administrative expenses, although specific figures are not included in the provided data. Each job role, including contract administration, is segmented to accommodate different funding sources, including federal and state contributions. The structured layout suggests a need for comprehensive financial clarity in proposals submitted to secure federal grants and state/local funding. The document emphasizes the importance of detailed financial planning in compliance with government standards.
    The document appears to be an unreadable government file, possibly corrupted or encrypted, which is typical in contexts involving federal RFPs (Requests for Proposals), federal grants, and state/local RFPs. Due to the lack of coherent information, it's impossible to extract a clear main topic or structured ideas. However, these types of documents usually present calls for proposals aimed at soliciting services or funding for various projects that align with governmental objectives. Key aspects typically include project requirements, eligibility criteria, funding limits, deadlines for submission, evaluation processes, and compliance with federal or state regulations. Given the context of government funding and proposals, the document likely relates to initiatives intended to advance public policy objectives or address community needs. Thus, without explicit content available, one can only infer its potential purpose related to governmental procurement or grant processes without detailed supporting information.
    Similar Opportunities
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Q301--Medical Physicist and Radiation Safety Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for diagnostic medical physicist and radiation safety services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, with five twelve-month ordering periods. The selected contractor will be responsible for a range of services, including quality assurance program reviews, equipment testing, and radiation protection surveys, ensuring compliance with federal and VA directives for various medical imaging equipment. Interested parties should contact Contract Specialist Aminisha S. Daniel at Aminisha.Daniel@va.gov, with the contract having a guaranteed minimum value of $1,000 and a maximum value of $400,000.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    Renovate Interventional Radiology Suites (Construction Services)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    Medical Physicist and Radiation Safety Officer
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide medical physicist services and serve as a Radiation Safety Officer (RSO) for the Central Alabama Veterans Health Care System (CAVHCS). The contract will cover a base year from August 15, 2026, to August 14, 2027, with four additional one-year options, focusing on the testing and certification of imaging equipment, compliance evaluations for various medical imaging modalities, and the development of safety programs. This procurement is crucial for ensuring the safety and efficacy of diagnostic radiology, CT, MRI, and nuclear medicine equipment, adhering to federal laws and VA policies. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Jacob A Tackett at Jacob.Tackett@va.gov or call 706-469-0691 for further details.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6505--Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center. This procurement is structured as a five-year, firm fixed-price, Indefinite Delivery, Indefinite Requirements (IDIQ) contract, which includes a 12-month base period and four 12-month option periods. The required radiopharmaceuticals include F18 FDG Fluorodeoxyglucose, F18 NaF Sodium Fluoride, Pylarify (piflufolastat F18), Neuroceq (florbetaben F18), and Flyrcado (flurpiridaz F18), all essential for patient care in the Nuclear Medicine Department. Interested contractors must be licensed by the United States Nuclear Regulatory Commission (NRC) and the Food and Drug Administration (FDA) to manufacture and distribute these products in New York State, with responses due by 12:00 PM Eastern Standard Time on December 8, 2025. For further inquiries, contractors can contact Jonathan Kilgore, the Contracting Officer, at jonathan.kilgore@va.gov or by phone at 973-676-1000.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.