Q522--Tele-radiology Services - VA Atlanta HCS
ID: 36C24725Q0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to provide Tele-Radiology Services for the Joseph M. Cleland Atlanta VA Health Care System. The contractor will be responsible for supplying Board Certified radiologists to perform diagnostic imaging services, adhering to guidelines established by the American College of Radiology and The Joint Commission. This contract, valued at approximately $19 million, will cover a base year and four option years, with services expected to commence on May 1, 2025. Interested parties should contact Contract Specialist Wyona Davis at wyona.davis@va.gov for further information regarding the solicitation process and requirements.

    Point(s) of Contact
    Wyona DavisContract Specialist
    wyona.davis@va.gov
    Files
    Title
    Posted
    The file outlines a federal Request for Proposal (RFP) for Tele-Radiology Services to be provided to the Department of Veterans Affairs (VA) at the Joseph M. Cleland Atlanta VA Health Care System. The contractor will supply Board Certified radiologists to perform diagnostic imaging services in accordance with established guidelines from the American College of Radiology (ACR) and The Joint Commission (TJC). The total contract value is projected at $19 million, covering a base year and four option years, with services commencing on May 1, 2025. The document details service requirements, which include specific equipment and staffing qualifications, operational procedures, and quality assurance measures. Invoices will be submitted monthly, and payment will be executed electronically, following compliance with various federal regulations. The emphasis is on stringent compliance with healthcare guidelines, required credentials for staff, and protocol for handling sensitive medical data to ensure effective patient care. Continual quality monitoring and communication with VA staff are mandated, along with a framework for ensuring contracts are honored while maintaining patient privacy standards. Overall, this RFP demonstrates the VA’s commitment to enhancing healthcare services for veterans through reliable tele-radiology solutions.
    The Quality Assurance Surveillance Plan (QASP) for the Tele-Radiology contract aims to systematically evaluate contractor performance in delivering radiological services. It outlines monitoring objectives, methods, and responsibilities for both the Government and contractor representatives. Key personnel include the Contracting Officer (CO), Laurinda Millage, and the Contracting Officer's Representative (COR), Sally Vaughn. Performance standards are detailed, focusing on timeliness of reports, provider quality, qualifications, scope of practice, and compliance with privacy regulations like HIPAA, with a 100% compliance requirement. The monitoring methods employed include direct observation, periodic inspections, customer complaints, and random sampling. Performance is assessed against acceptable quality levels with ratings ranging from Exceptional to Unsatisfactory, influencing future contract awards. The document emphasizes the importance of accurate documentation of contractor performance, outlining corrective actions for any shortcomings and the process for acknowledging and closing out contract discrepancies. This QASP serves as a framework for ensuring high-quality tele-radiology services while safeguarding the interests of the United States through rigorous oversight and evaluation.
    The VHA Teleradiology Handbook outlines the establishment and management of teleradiology services within the Department of Veterans Affairs (VA). It emphasizes the electronic transfer of radiologic images for interpretation across various locations, ensuring timely and accurate medical decisions, especially during off-hours. The handbook defines key terms, processes for remote interpretation, appropriate outsourcing, and the supervision of staff involved in teleradiology practices. It also specifies professional qualifications required for teleradiologists, liability issues, and the importance of security and privacy regarding patient information. Additionally, it highlights the responsibilities of various roles, including Medical Center Directors, Chief of Staff, Radiology Service Chiefs, and teleradiologists, ensuring clear communication protocols and quality assurance measures are in place. The document serves as a guideline for compliance with federal laws and VA policies while addressing the technical aspects of teleradiology agreements. Overall, this handbook provides comprehensive procedures to enhance diagnostic capabilities and improve veterans' healthcare delivery through teleradiology services across multiple facilities.
    The document outlines the compliance requirements concerning limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under VAAR 852.219-75. It stipulates that contractors must ensure that no more than 50% of contract services (excluding construction), 85% for general construction, and 75% for special trade construction are subcontracted to firms that are not certified as SDVOSBs or VOSBs. The contractor certifies compliance as part of their bid submission, acknowledging the potential for penalties under federal law for false certifications. The VA reserves the right to review documentation to confirm compliance at any point during the contract's execution. Non-compliance or failure to furnish requested records can lead to serious repercussions, including referral for debarment. The document emphasizes the importance of adhering to these limitations to protect the integrity of contracts awarded to veteran-owned small businesses within the federal contracting landscape.
    The Memorandum of Understanding (MOU) and Interconnection Security Agreement (ISA) establish a management framework between [VA Organization 1] and [Organization 2] for securely connecting their information technology systems. This agreement outlines the responsibilities, communication protocols, and security measures necessary for data sharing and interconnectivity, aiming to enhance operational efficiency. The document stresses the need for open communication, especially during security incidents or system changes, ensuring both parties are notified and can collaborate effectively. Additionally, the MOU adheres to numerous regulatory frameworks, including federal cybersecurity standards and health privacy laws, particularly when handling Personally Identifiable Information (PII) and Protected Health Information (PHI). Both organizations must agree on costs associated with the interconnection and regularly review and renew the agreement as needed. This MOU serves as a critical compliance tool, defining the security protocols and responsibilities for safeguarding sensitive data exchanged between the entities, while also delineating the terms for eventual termination of the relationship if no longer necessary. The agreement is crucial in reinforcing data security and operational clarity in inter-agency collaborations.
    The document pertains to the Contractor Conflict of Interest Certification Statement related to solicitation # 36C24725Q0002 for Teleradiology Services at the Atlanta VA HCS Veterans Administration. It requires the contractor to certify that no personnel involved have any financial, contractual, organizational, or other conflicts of interest associated with the provided services. There are two options for the contractor's representation: (1) declaring the absence of any conflicts or (2) attaching a statement detailing any existing or potential conflicts, along with how they will be mitigated. The form also includes space for the certification official's name, title, signature, and date. This certification is a standard requirement aimed at ensuring transparency and integrity in government procurement processes, serving to protect the interests of the Veterans Administration and uphold ethical standards in contractual agreements. The document emphasizes the necessity for contractors to disclose relevant facts about conflicts of interest to maintain trust and compliance within federal and state contracting frameworks.
    The document outlines contractor certification requirements in compliance with the Immigration and Nationality Act of 1952, amended, particularly concerning the employment of foreign nationals in contracts for the Department of Veterans Affairs (VA). It emphasizes that contractors must ensure they do not employ illegal aliens or non-immigrant foreigners violating their legal status while providing VA services. Compliance with “E-Verify” mandates, as directed by Executive Order 12989 and relevant amendments, is also required. Failure to adhere to these obligations may lead to the prohibition of the non-compliant foreign national from working on VA-related projects and could result in contract termination for breach. Additionally, contractors must obtain similar certifications from their subcontractors, ensuring a comprehensive chain of accountability. The document serves as a critical compliance tool for contractors engaged with the VA, emphasizing legal adherence in hiring practices to maintain the integrity of services provided to veterans.
    Lifecycle
    Similar Opportunities
    Q522--HCR - Long Term Contract for Interventional Radiology Physician Services - James J. Peters (JJP) Medical Center - Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting 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 procurement aims to identify qualified contractors capable of providing on-site interventional radiology services, including emergency coverage during weekdays, after-hours, weekends, and holidays. These services are crucial for ensuring continuity of care for veterans and must adhere to the standards set by the American College of Radiology (ACR). Interested parties are required to submit their capabilities and credentials by 3:00 PM on July 11, 2025, to Contracting Officer Veronica Baldwin at Veronica.Baldwin1@va.gov, and must comply with federal registration requirements prior to contract award.
    Q522--Diagnostic Radiologic Technologist contract (VA-26-00003000)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide certified Diagnostic Radiologic Technologist services at the Northport VA Medical Center in Northport, NY. The procurement aims to secure three full-time equivalent technologists capable of delivering services in general radiography, computed tomography, and magnetic resonance imaging, ensuring continuous patient care and swift coverage for any personnel absences. This opportunity is crucial for maintaining high standards of diagnostic imaging services for VA beneficiaries. Interested contractors must submit their capabilities by 3:00 PM on July 18, 2025, to Veronica Baldwin at Veronica.Baldwin1@va.gov, as this notice serves as a market research tool and does not guarantee a future Request for Proposals (RFP).
    6525--PACT Act Leases Special JUN FY25 EQ Consolidation
    Buyer not available
    The Department of Veterans Affairs is initiating a presolicitation for the SPECIAL JUN 2025 Equipment Only Consolidation, focusing on the procurement of medical imaging equipment to enhance diagnostic capabilities within Veterans Health Administration facilities. This initiative specifically targets companies with existing contracts for designated equipment types, including radiology machines such as XR RAD and XT CT, to support various Veterans Integrated Service Networks (VISNs) across the country. The procurement process emphasizes efficient and structured practices, with key deadlines including vendor question submissions and offer submissions due by July 18, 2025, and the award of delivery orders anticipated by September 19, 2025. Interested vendors should direct all communications to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov or by phone at 708-786-5812 to ensure compliance with the solicitation guidelines.
    6525--Preva DC XRay Unit
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 12, is issuing a Sources Sought Notice for a prospective single source procurement of the Preva DC XRay Unit from Midmark Corporation. This procurement is conducted under FAR 13.106-1(b) and invites other interested entities to express their interest and capabilities by the deadline of July 9, 2024, at 12:00 p.m. CST. The Preva DC XRay Unit is crucial for medical imaging applications within the VA healthcare system, ensuring high-quality diagnostic capabilities for veterans. Interested parties can submit inquiries to Contract Specialist Mack Taylor via email at mack.taylor2@va.gov, and should note that no solicitation document is available at this time.
    Radiopharmaceuticals and Related Supplies - Fresno, CA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of radiopharmaceuticals and related supplies to the VA Central California Health Care System, located in Fresno, California. The contract, which spans from October 1, 2025, to September 30, 2030, requires the contractor to deliver various radiopharmaceuticals daily while adhering to strict safety and quality control standards mandated by federal regulations, including those from the Nuclear Regulatory Commission and the FDA. These supplies are critical for maintaining high-quality healthcare services, ensuring timely access to essential medical products for patient care. Interested vendors must submit their quotes electronically by the specified deadline, with a guaranteed minimum award of $10,000 and a maximum potential value of $890,000. For further inquiries, vendors can contact Leah Smith at leah.smith@va.gov.
    Q527--Mobile PET/CT Imaging Services
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Mobile PET/CT Imaging Services for the VA North Texas Health Care System. The procurement requires a mobile PET/CT scanner, staffed with Board Certified Nuclear Medicine Technologists, to be operational for up to five days a week, with the unit needing to be functional within 90 days post-contract award. This service is crucial for delivering high-quality diagnostic imaging to veterans, ensuring compliance with various regulatory standards and connectivity to existing systems. Interested vendors must respond to this Sources Sought Notice by 11:00 AM Central Time on July 14, 2025, and can direct inquiries to Contracting Officer Rafael Rodriguez at Rafael.Rodriguez2@va.gov.
    Q522--Mobile MRI and Technologist Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Mobile MRI and Technologist Services to support the Central Texas Veterans Health Care System in Temple, Texas. The contract requires the provision of a mobile 1.5T MRI unit along with qualified technologist staff to operate the equipment from September 1, 2025, to August 31, 2030, ensuring compliance with federal and state regulations, including HIPAA for patient safety and confidentiality. This initiative is part of the VA's commitment to enhancing healthcare access for veterans through mobile imaging capabilities, with the solicitation set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their quotations via email by 3:00 PM EDT on July 15, 2025, to the primary contact, Brandy Riha, at brandy.riha@va.gov, or to the secondary contact, Elsa Gomez, at elsa.gomez@va.gov.
    6525--MAR 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of equipment under the solicitation titled "6525--MAR 2025 Equipment Only Consolidation." This initiative aims to consolidate the acquisition of medical imaging equipment, specifically targeting vendors with existing contracts for specified equipment types with the VA National Acquisition Center or Defense Logistics Agency. The procurement process is critical for enhancing the quality of medical services provided to veterans, ensuring that the equipment meets stringent technical specifications and compliance standards. Interested vendors must submit their offers by July 9, 2025, and can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov.
    Y1DA--Renovate Radiology Floors |658-25-103
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor. Key tasks include asbestos abatement, significant alterations to flooring and wall surfaces, and ensuring operational continuity within the medical facility during renovations. Interested contractors must submit their proposals by June 20, 2025, and are encouraged to contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Q522--Mobile MRI Services Green Bay Health Care Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Mobile MRI Services at the Milo C. Huempfner Health Care Center in Green Bay, Wisconsin. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes the provision of a mobile MRI unit, necessary equipment, personnel, and supplies, with an operational period from January 1, 2026, to December 31, 2026, and options to extend until December 31, 2030. The mobile MRI services are crucial for delivering timely and high-quality healthcare to veterans, ensuring compliance with healthcare regulations and safety protocols. Interested contractors should contact Carrie A. Deswarte at carrie.deswarte@va.gov, with a minimum contract amount of $10,000 and a ceiling of $6,000,000, as outlined in the solicitation documents.