Q513--Onsite Orthopedic Surgery Services for the Oklahoma City VA
ID: 36C25926R0018Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Temporary Help Services (561320)

PSC

MEDICAL- ORTHOPEDIC (Q513)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Onsite Orthopedic Surgery Services at the Oklahoma City VA Health Care System. The procurement requires qualified contractors to provide a range of orthopedic services, including clinic coverage, surgery, remote and on-site consultations, and emergent surgical services, with a minimum staffing requirement of two full-time equivalent General Orthopedic Surgeons experienced in arthroplasty and fracture/trauma. This contract is crucial for ensuring high-quality orthopedic care for veterans, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their proposals by December 9, 2025, at 4:00 PM MST, and can direct inquiries to Contract Specialist Claudia Coria at claudia.coria@va.gov.

    Point(s) of Contact
    Claudia Coria (CO)Contract Specialist
    claudia.coria@va.gov
    Files
    Title
    Posted
    This amendment to Solicitation Number 36C25926R0018 from the Department of Veterans Affairs, Network Contracting Office 19, provides crucial clarifications regarding the Onsite Orthopedic Surgery Services for the Oklahoma City VA Healthcare System. The document addresses questions from potential offerors, detailing the nature of the requirement (new, not incumbent), expected on-call volumes (2 calls/weeknight, 4 calls/weekend), and average physician callbacks (once per week). It outlines available support staff, including surgeons, advanced practice providers (who run their own clinics), and nurses with specific duties. The amendment also lists common surgeries, trauma case frequency (approximately 50 fracture/trauma cases annually), and OR days/surgery volume. Importantly, it clarifies reimbursement for lodging and per diem (only if residing over 50 miles away), timekeeping methods (single start/end confirmation if no lunch taken), and billing practices for accrued hours (rounded to the next hour for the total monthly time). It further distinguishes between standard hourly billing and emergency call-back billing for work exceeding designated shifts. Billing for on-call hours is clarified, with a maximum of 14 hours billable if a provider also works 10 hours in a calendar day.
    This document is an amendment to Solicitation Number 36C25926R0018 for Onsite Orthopedic Surgery Services for the Oklahoma City VA. The amendment, identified as modification number 0002 with an effective date of December 2, 2025, extends the proposal due date and time. Offers are now due by December 9, 2025, at 4:00 PM MST. The Department of Veterans Affairs, Network Contracting Office NCO 19, issued this modification to correct the proposal submission deadline. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is seeking presolicitation notice 36C25926R0018 for Onsite Orthopedic Surgery Services for the Oklahoma City VA Health Care System. The contractor must provide Board Certified or Board Eligible Orthopedic Physician Services with experience in arthroplasty and fracture/trauma, including on-call services. Services must meet national standards set by the American Board of Orthopedic Surgeons, the American Board of Surgery, The Joint Commission, and the American Hospital Association. The contracting office is NCO 19 in Greenwood Village, CO, and the point of contact for inquiries is claudia.coria@va.gov. The response date for this solicitation is November 19, 2025, at 4:00 PM MOUNTAIN TIME.
    The Contractor Certification for the Immigration and Nationality Act of 1952, as amended, requires contractors working with the Department of Veterans Affairs (VA) to comply with all relevant immigration laws and regulations. This includes not knowingly employing, contracting, or subcontracting with illegal aliens or foreign nationals in violation of their status. Contractors must also adhere to "E-Verify" requirements and applicable Federal Acquisition Regulations. Failure to comply can result in the prohibition of foreign nationals from working on VA-related services and may lead to contract termination. The Contractor is also responsible for ensuring subcontractors obtain similar certifications. This certification is a critical component of government contracts, ensuring legal compliance and preventing fraud within federal procurements.
    The document outlines the Department of Veterans Affairs' (VA) policy on Organizational Conflicts of Interest (OCI) for healthcare contracts, as mandated by VAAR 809.507-1(b). Its primary purpose is to prevent situations where a contractor's other activities could impair their impartiality, objectivity, or create an unfair competitive advantage. Offerors must submit a statement, using APPENDIX A, detailing any past, present, or planned financial, contractual, or organizational interests that could lead to an OCI, including information for consultants and subcontractors. This statement should also propose mitigation strategies if conflicts exist. The Contracting Officer will review this information to determine if an OCI exists and if it can be mitigated. Unmitigated conflicts may lead to disqualification, or if in the government's best interest, a waiver may be sought. Nondisclosure or misrepresentation of OCIs can result in contract termination without government expense. The appended form,
    This document outlines the Contractor Rules of Behavior for accessing Department of Veterans Affairs (VA) information assets, systems, and sites under contract. Contractors acknowledge no reasonable expectation of privacy and consent to monitoring and review by VA and law enforcement personnel. Unauthorized attempts to access, modify, or misuse federal systems are prohibited and subject to criminal, civil, or administrative penalties. Contractors must comply with VA security and data privacy directives, report security incidents, and use systems and information solely for contract performance. Specific rules include protecting passwords, using FIPS 140-2 validated encryption for sensitive VA information, following electronic media sanitization procedures, and obtaining approval for public dissemination of VA information. Personal use of VA systems is prohibited, and contractors must protect government property. Additional conditions cover connecting to the VA network, prohibiting dual network connections unless authorized, and extending all security requirements to subcontractors. The agreement clarifies it does not create enforceable rights for litigation against the U.S. Government.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for RFP 36C25926R0002, covering Onsite Orthopedic Physician Services. The QASP details what will be monitored, how, by whom, and how results will be documented. It emphasizes the contractor's responsibility for quality control and the Government’s role in objective performance evaluation. Key personnel include the Contracting Officer (CO) and Contracting Officer’s Representative (COR), who oversee compliance and technical administration, respectively. Performance standards, outlined in Section 6, define desired services and are used to rate contractor performance, impacting future past performance assessments. Surveillance methods include direct observation, periodic inspections, validated user complaints, random sampling, and contractor-provided documentation. The QASP also specifies CPARS ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and documentation procedures for performance, including Contract Discrepancy Reports (CDRs) for unacceptable performance.
    This government solicitation, 36C25926R0018, issued by the Department of Veterans Affairs, seeks proposals for Orthopedic Physician Services at the Oklahoma City VA Health Care System. The contract requires a minimum of four key personnel, including two full-time equivalent General Orthopedic Surgeons, with experience in arthroplasty and fracture/trauma. Services include clinic coverage, surgery, remote and on-site consultations, and emergent surgical services. Key dates include a question due date of November 21, 2025, and a proposal due date of December 9, 2025. The period of performance is from January 1, 2026, to December 31, 2026. Contractors must meet stringent credentialing, privileging, and training requirements, including various medical certifications, infection control measures, and VA-specific training. The solicitation emphasizes contractor responsibilities for staffing, adherence to care standards, medical record documentation, and compliance with federal regulations like HIPAA and the Privacy Act. The total estimated hours for various services are outlined, including on-site work, 24/7 on-call, and emergency call-backs, along with provisions for daily lodging and meals. This RFP aims to secure high-quality orthopedic care for VA beneficiaries while ensuring regulatory compliance and continuous service delivery.
    Similar Opportunities
    6515--Supplies - Orthotics - VISN 10 Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    R499--Ergonomic Assessment Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Comprehensive Ergonomic Assessment Services under solicitation number 36C26226Q0104. The objective of this procurement is to provide ergonomic assessments to enhance workplace safety and efficiency for veterans' facilities, with a total of 935 hours of service required during the contract period from January 1, 2026, to December 31, 2026. This service is crucial for ensuring that the work environments are optimized for the health and productivity of employees, particularly in settings that serve veterans. Interested vendors must submit their offers by December 15, 2025, at 1:00 PM MST, and direct any questions to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    6515--ON-X Consignment
    Buyer not available
    The Department of Veterans Affairs, Network Contract Office 17, is seeking to procure ON-X Heart Valves on a consignment basis for the North Texas VA Medical Center's Invasive Cardiology department. The contract will cover a base period of one year, with four optional renewal years, allowing the VA to pay only for the items used while the contractor maintains the inventory and provides necessary technical support and training. These heart valves are critical due to their unique clinical benefits, including a lower INR requirement that reduces the risk of bleeding for patients. Interested contractors must submit capability statements and be registered in SAM, with the anticipated award date around January 24, 2026, and the contract potentially expiring in January 2030 if all options are exercised. For further inquiries, contact Tammy L. Wilson at Tammy.wilson5@va.gov or 254-661-5372.
    6540--National Prescription Eyeglasses Manufacturing
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the National Prescription Eyeglasses Manufacturing contract, specifically aimed at providing prescription eyeglasses for eligible Veterans across all VA sites, including both CONUS and OCONUS locations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to manufacture eyeglasses according to VA prescriptions, ensuring adherence to strict quality control and timely delivery. This contract is crucial for maintaining the vision health of Veterans, offering a range of lens types and frame options to meet diverse needs. Proposals are due by December 23, 2025, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    6515--Ophthalmology Chairs
    Buyer not available
    The Department of Veterans Affairs is conducting market research through a Sources Sought Notice for the procurement of ophthalmology chairs for the Southern Arizona VA Health Care System located in Tucson, Arizona. The chairs must meet specific requirements, including features such as a lockable base, footrest, powered handheld remote, a weight capacity of at least 350 lbs, and an ergonomic design to ensure safe and efficient patient positioning during eye examinations. This procurement is critical for enhancing patient safety and staff ergonomics, as the current chairs pose risks of falls and musculoskeletal injuries. Interested contractors, particularly small businesses including Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, must submit their responses by December 9, 2025, including detailed company information and a capability statement to Hanan McCullick at Hanan.Mccullick@va.gov.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    Q523--Kidney Organ Perfusion Services
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 07, is issuing a presolicitation notice for a sole source contract for Kidney Organ Perfusion Services at the Ralph H. Johnson Department of Veterans Affairs Medical Center (RHJ VA HCS). The contractor will be responsible for receiving organs from a donor Organ Procurement Organization (OPO) and providing perfusion services until the RHJ VA HCS is ready to deliver the organ to the operating room, which must occur within 10 minutes of a mutually agreed-upon time. This service is critical for ensuring the viability of kidney transplants and maintaining the health of veteran patients. Interested parties capable of demonstrating that competition would be advantageous to the government must submit a capabilities statement to Wyona Davis at wyona.davis@va.gov by December 10, 2025, at 3:00 PM Eastern Time, referencing solicitation number 36C247-26-AP-0758.
    SPS Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.