Q522--FY25: Teleradiology| Orlando
ID: 36C24825R0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Off-site Teleradiology Services to support the Orlando VA Medical Center, under the solicitation titled "Q522--FY25: Teleradiology| Orlando." The contract will operate under an Indefinite Delivery Indefinite Quantity (IDIQ) model, encompassing a base year and four option years, with an estimated total budget of $19 million. This procurement aims to enhance healthcare delivery by ensuring that Board Certified Radiology Physicians provide teleradiology services that comply with American College of Radiology standards, while maintaining strict adherence to privacy regulations and high-quality care documentation. Interested contractors should contact Contract Specialist Peter J Bedard at peter.bedard@va.gov for further details and to ensure compliance with all outlined requirements, including submission of proposals by the specified deadline.

    Point(s) of Contact
    Peter J BedardContract Specialist
    peter.bedard@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is planning to solicit proposals for Off-Site Teleradiology Services to support eligible beneficiaries at the Orlando Veterans Administration Medical Center (OVAMC). The procurement, authorized under Title 38 USC 8153, is classified as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract type and is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The anticipated solicitation will be released around February 15, 2024, with a submission deadline of February 14, 2025. The contract's projected performance period runs from April 25, 2025, to April 24, 2026, covering the base year. Interested contractors must register in the System for Award Management (SAM) under NAICS Code 621512 (Diagnostic Imaging Centers) and are encouraged to download the solicitation and any amendments from the VA website, as no hard copies will be provided. Inquiries must be directed via email to the Contracting Officer, Peter Bedard, at the specified address.
    The document pertains to Solicitation 36C24825R0002, outlining the necessary attachments and requirements for a federal contract. It includes various important documents such as the Conflict of Interest policy, Certification of Immigration and Nationality Act, Contractor Rules of Behavior, and a Quality Assurance Surveillance Plan (QASP). Additionally, it features a Past Performance Questionnaire and specifics of the Standard Operating Procedure (SOP) regarding critical results and tests for Teleradiology. The inclusion of these attachments indicates the solicitation’s focus on ensuring compliance, ethical standards, contractor accountability, and performance quality in delivering services essential for the contract. The structured presentation emphasizes the importance of proper documentation and adherence to regulations throughout the contracting process, marking a significant aspect of federal procurement. Overall, the document serves as a guide for potential contractors to understand their obligations and the evaluation criteria they will be subjected to regarding their performance and compliance with relevant laws.
    The provided document appears to be a corrupted or improperly formatted file, making it challenging to extract coherent information directly related to federal RFPs, grants, or state/local initiatives. Despite this limitation, it seems to suggest a focus on administrative operations potentially associated with such funding opportunities within the federal framework. The document likely contains metadata or code, but without a clear structure or comprehensible text, specific summaries of key topics, ideas, or proposals related to the RFP landscape cannot be effectively determined. Overall, the file does not yield actionable insights or meaningful content relevant to government contracts or funding mechanisms. Further review or recovery of the document may be necessary to clarify its intent and purpose within the realm of government funding activities.
    The document outlines the Contractor's certification of compliance with the Immigration and Nationality Act of 1952, as amended, specifically regarding non-immigrant foreign nationals employed under contracts for the Department of Veterans Affairs. It mandates that the Contractor must not knowingly hire illegal aliens or those who violate their immigration status. Additionally, the Contractor is required to adhere to "E-Verify" requirements as per Executive Order 12989, along with other federal regulations. Failure to comply may result in immediate exclusion of non-compliant foreign nationals from work related to veterans' services, potentially leading to contract termination. The Contractor must also obtain similar certifications from subcontractors, and falsifying this certification could lead to prosecution under federal law. The emphasis is on maintaining legal employment practices to ensure the integrity of services provided to veterans.
    The document outlines the Contractor Rules of Behavior for individuals performing services under contracts with the Department of Veterans Affairs (VA). It establishes guidelines regarding the use of VA information assets, systems, and resources. Key points include the absence of privacy expectations when accessing VA systems, consent to monitoring and auditing by authorized personnel, and an emphasis on protecting VA infrastructure. Unauthorized access or modification of information systems is strictly prohibited and may lead to serious penalties under federal law, including criminal and civil repercussions. This User Agreement serves to ensure the security and integrity of VA systems while detailing the responsibilities and limitations placed upon contractors, aiming to maintain a secure environment for sensitive information related to veteran services.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to evaluating contractor performance within the federal government contracting framework. It delineates what will be monitored, the monitoring methodology, responsibilities of government personnel, and documentation processes for evaluations. The Contracting Officer (CO) and Contracting Officer's Representative (COR) play crucial roles in overseeing contractor performance, ensuring adherence to contract terms, and administering surveillance methods, which include periodic inspections, validated user complaints, random sampling, and verification of documentation. Performance standards are established to gauge contractor performance against specific metrics and acceptable quality levels, documenting results in a format that will influence the contractor's future evaluations through the Contractor Performance Assessment Reporting System (CPARS). The document emphasizes the importance of compliance with privacy regulations and the necessity for contractors to maintain up-to-date qualifications and complete required training. Overall, the QASP serves as a dynamic tool for ensuring contractor accountability and quality assurance in line with governmental expectations and standards.
    The Orlando Veterans Affairs Medical Center (OVAMC) is seeking validation of a vendor's past performance related to Off-Site Teleradiology Services through a Past Performance Questionnaire. The document instructs evaluators to assess the vendor based on their personal experiences, rating performance in categories such as staff professionalism, responsiveness, flexibility, and overall customer satisfaction. Ratings range from “Outstanding” to “Unacceptable,” with room for narrative explanations for chosen ratings. The questionnaire also asks whether the evaluator would hire the company again, along with providing comments. The overarching goal is to gauge the company’s effectiveness in fulfilling contract requirements, thus informing decisions on future contracts under federal procurement processes. Responses should be submitted to the designated VA official by a specified deadline. This assessment is part of a larger context of federal requests for quotes, wherein past performance significantly influences awarding contracts.
    The VA Healthcare System's Radiology Service Standard Operating Procedure (SOP) outlines protocols for managing Critical Tests and Critical Results to ensure timely reporting and intervention. Critical Tests are defined as urgent imaging procedures that require immediate communication of findings, while Critical Results are crucial findings that, if unaddressed, could lead to severe health complications or mortality. The SOP specifies a list of Critical Results, including conditions such as tension pneumothorax and acute intracerebral hemorrhage, and Critical Tests like intra-operative radiographs. Radiologists must document and report Critical Results immediately—within 60 minutes—via direct phone communication to the ordering clinician or a designated surrogate. In cases involving Critical Tests, radiologists must report findings within 30 minutes. Documentation must include details about the communication, such as the individuals involved and the time of reporting. This SOP serves to enhance patient safety and effective clinical communication within the VA Healthcare System, underscoring the commitment to quality care and timely medical response. Proper adherence to these procedures is paramount for all Radiology staff.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for Off-site Teleradiology Services to support the Orlando VA Medical Center. The contract involves an Indefinite Delivery Indefinite Quantity (IDIQ) model with a base year plus four option years, with a total estimated budget of $19 million. The selected contractor will provide Board Certified Radiology Physicians to perform teleradiology services in compliance with American College of Radiology standards. Key requirements include qualifications for contracting physicians, adherence to privacy regulations, and maintaining high standards for care and documentation. The proposal stipulates the procedures for task orders, invoicing, and compliance with VA and federal regulations. The contractor must ensure continuous service coverage, immediate communication of critical findings, and compliance with training and licensing requirements. This RFP reflects the government's commitment to enhancing healthcare delivery through specialized services while ensuring strict compliance with applicable laws and regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q522 - Teleradiology Services for Oklahoma City VA Health Care System (OKCVAHCS)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Teleradiology Services to support the Oklahoma City VA Health Care System (OKCVAHCS). The contract, estimated at $19 million, requires the contractor to provide off-site radiological interpretations, ensuring compliance with standards set by the American College of Radiology, and to maintain timely communication regarding abnormal findings. This procurement is critical for enhancing healthcare delivery to veterans by providing efficient access to radiology expertise, particularly during off-hours. Interested parties should contact Fanta M Cooper-Wells at fanta.cooper-wells@va.gov, with the performance period scheduled from March 1, 2025, to February 28, 2026, and options for extension available.
    6505--Radiopharmaceuticals Base Plus 4 Option Year IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of radiopharmaceuticals, specifically Tc99m-derived products and related compounds, to be delivered to the Veterans Affairs Martinsburg Medical Center. The contract will commence on April 1, 2025, and includes a base year with four optional one-year extensions, concluding on March 31, 2030. These radiopharmaceuticals are critical for medical and diagnostic purposes within federal healthcare facilities, necessitating reliable delivery and compliance with strict safety and regulatory standards. Interested vendors must ensure they can meet the requirements for immediate orders, maintain quality control, and adhere to health regulations, with inquiries due by February 21, 2025, and responses by February 28, 2025. For further information, contact Contracting Officer Kami Hom at Kami.Hom@va.gov or by phone at 410-642-2411 x22404.
    6505--NEW IDIQ - NON Cyclotron Radiopharmaceuticals For time period covering FY 2025 through FY 2030
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide NON-Positron Emission Tomography (PET) Radiopharmaceuticals through a new Indefinite Delivery Indefinite Quantity (IDIQ) contract for the period covering Fiscal Years 2025 through 2030. The procurement aims to secure reliable and compliant supplies of prepared single doses of radiopharmaceuticals, adhering to strict quality and regulatory standards, with an emphasis on promoting small business participation in federal procurement. These radiopharmaceuticals are critical for supporting the healthcare services provided by the VA, ensuring timely delivery and compliance with safety regulations. Interested parties should contact Contract Specialist Edward Hunter at edward.hunter@va.gov for further details regarding the solicitation and requirements.
    J066--Service plan for BioRad Chemi-Doc Imager
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual service plan for the BioRad Chemi-Doc Imager at the Boise VA Medical Center. This procurement includes a comprehensive service plan covering unlimited repairs, travel, parts, and labor, ensuring the equipment remains functional and compliant with manufacturer warranties over a five-year period, consisting of one base year and four option years. The contract, with an estimated total award amount of $34 million, underscores the VA's commitment to maintaining essential research equipment while adhering to federal procurement regulations. Interested offerors must submit their proposals, including a completed SF-1449 form and pricing schedule, to Contract Specialist Tracy M Heath at tracy.heath@va.gov, with services expected to commence on March 12, 2025, and conclude on March 11, 2030.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    6505--Radiopharmaceutical Delivery for VASNHCS Single Award IDIQ
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for a contract titled "6505--Radiopharmaceutical Delivery for VASNHCS," aimed at providing radiopharmaceuticals to the VA Southern Nevada Healthcare System. This procurement is essential for ensuring the timely delivery of critical medical supplies necessary for patient care and treatment within the healthcare system. The solicitation is expected to be released around February 6, 2025, with quotes due by February 21, 2025, and the contract will be awarded on an unrestricted basis, allowing all responsible sources to participate. Interested contractors can reach out to Contract Specialist Mohammed Hussain at Mohammed.Hussain2@va.gov or by phone at 916-923-4534 for further information.
    6525--SEP 2024 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of high-tech medical equipment (HTME) with extended installation services, specifically focusing on turnkey solutions for various VA facilities. The objective is to enhance healthcare delivery through the acquisition of advanced imaging technology, including digital radiography systems and computed tomography (CT) scanners, which are critical for improving diagnostic capabilities and patient care for veterans. This initiative underscores the VA's commitment to modernizing its medical infrastructure to meet the growing demands of healthcare services while ensuring compliance with federal standards. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.
    DG11--Patient Satellite Television Service and System Maintenance for Cincinnati VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of High-Definition (HD) Satellite Television Service and System Maintenance for the Cincinnati Veterans Affairs Medical Center (VAMC) and Fort Thomas Domiciliary. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to ensure uninterrupted satellite services, perform necessary equipment upgrades, and maintain the systems to enhance patient entertainment and experience. This procurement is crucial for improving the quality of media services in healthcare settings, reflecting the VA's commitment to providing quality care to veterans. Interested offerors must submit their proposals by February 24, 2025, at 11:00 EST, and direct any inquiries to Contract Specialist Bradley Burhite at Bradley.Burhite@va.gov, with a total estimated contract value of $44 million over a five-year period.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    6505--Radiopharmaceuticals
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide radiopharmaceuticals for the Portland, OR VA Medical Center, as outlined in a Sources Sought Notice. The procurement aims to identify vendors capable of supplying a range of nuclear medicine agents, including but not limited to Technetium-99m and I-131 Sodium Iodide, with requirements for timely ordering and delivery, including same-day service for urgent requests. These radiopharmaceuticals are critical for diagnostic imaging and patient care, ensuring that the VA healthcare services can effectively meet the needs of veterans. Interested parties should contact José Ronstadt at jose.ronstadt@va.gov or call 360-852-9885 for further details, with the anticipated period of performance running from July 1, 2025, to June 30, 2030.