Q522--CTX Mobile Austin MRI Base + 4 Option Years
ID: 36C25725Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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 proposals for the lease of a mobile MRI unit and associated technologist services at the Austin Outpatient Clinic in Texas. The procurement requires the contractor to provide a fully operational 1.5T MRI unit along with skilled technologists for a base period of 12 months, with the option to extend for four additional years. This initiative is crucial for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and maintaining high standards of patient safety and data confidentiality. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, at 12:00 PM CST, and can direct inquiries to Contracting Officer Oneka Robertson at oneka.robertson@va.gov or by phone at 210-992-4129.

    Point(s) of Contact
    Myrtis F. ClemonsContract Specialist
    (210) 818-1575
    myrtis.clemons@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice pertains to the Department of Veterans Affairs' request for quotations (RFQs) regarding the provision of a Mobile MRI unit in Austin, Texas. The contract, identified as solicitation number 36C25725Q0043, is set for a response deadline of December 16, 2024, at 1:00 p.m. EST. This opportunity is exclusively designated for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Key information includes contracting details from the Network Contracting Office 17 in San Antonio, Texas, and a place of performance at the Austin Outpatient Clinic. The document specifies the associated NAICS code (621512) and outlines submission guidelines for quotes, highlighting the need for a clean PDF submission without logos or branding. Additionally, it invites questions directed to designated Contract Specialists by a specified deadline. In essence, this notice acts as a formal announcement requesting competitive bids for critical medical equipment, underlining the federal government's support for veteran-owned businesses and its commitment to enhancing healthcare services for veterans through strategic purchases.
    The document outlines a Request for Proposal (RFP) regarding the lease of a mobile MRI unit and associated technologist services for the Department of Veterans Affairs (VA) at the Austin Outpatient Clinic (AOPC). The contractor is required to provide a fully operational mobile 1.5T MRI unit and skilled technologists for a base period of 12 months, with four optional extension periods available. Services must adhere to stringent federal, state, and local standards, including a comprehensive Statement of Work (SOW) detailing operation, maintenance, and compliance requirements. Key requirements include the mobile unit's capabilities, such as advanced imaging features, technical specifications for equipment, and the provision of necessary support staff. The contractor is also responsible for maintenance, transportation, and ensuring patient safety while adhering to HIPAA guidelines for patient information confidentiality. The bidding process emphasizes the eligibility for service-disabled veteran-owned small businesses. Ultimately, this RFP reflects the VA's commitment to enhancing healthcare services for veterans through technological advancements in medical imaging.
    The document is an amendment for a combined solicitation (36C25725Q0043) from the Department of Veterans Affairs pertaining to the acquisition of CTX Mobile Austin MRI services for an initial base period along with four optional years. The amendment includes responses to contractor inquiries, revisions to the Statement of Work, and extends the submission deadline to May 5, 2025, at 12:00 PM CST. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and pertains to the healthcare sector, indicated by the Product Service Code Q522 and NAICS Code 621512. Interested parties are instructed to communicate with Contracting Officer Oneka Robertson for further details. The amendment signifies the agency’s transparency and commitment to ensuring potential vendors have all necessary information to submit compliant proposals. It highlights the agency's approach to procurement in alignment with federal regulations, focusing on providing quality healthcare services to veterans.
    The Department of Veterans Affairs (VA) issued a request for proposals (RFP) for mobile MRI services at the Austin Outpatient Clinic, extending the deadline for offers to May 5, 2025. The RFP details the requirements for providing a mobile 1.5T MRI unit and accompanying technologist services. Contractors must ensure the unit meets specific technical specifications, maintain compliance with federal regulations, and cover all associated costs, including staffing and maintenance. The contract spans a 12-month base period with an option for four additional years. Key responsibilities include providing trained personnel, managing the equipment's transportation and upkeep, maintaining patient safety, and securing patient data in adherence to HIPAA. Furthermore, the contractor must deliver services five days a week during specified hours while ensuring uninterrupted operation. The document outlines extensive healthcare and safety standards, reflecting the VA's commitment to quality care for veterans. Compliance with regulatory bodies and a rigorous quality assurance program is mandated, making this RFP a critical aspect of enhancing healthcare services at the VA facility.
    This document outlines the requirements for submitting a quote in response to a government solicitation. It emphasizes the necessity for a clear and concise cover letter that articulates the offeror's approach to meeting the government’s specifications without merely reiterating them. Key elements required for submission include the offeror's business details, such as name, address, contact information, pricing, and socioeconomic status. Offerors must provide their SAM registration details and indicate if annual representation and certificates have been completed online. If not, specific paragraphs of provision 52.212-3 need to be filled out. Additionally, certification of compliance with VAAR 852.219-75 related to subcontracting limitations is necessary. The overall goal is to ensure that all submissions are comprehensive, conform to guidelines, and adhere to deadlines to maintain responsiveness.
    The document details the requirements and responsibilities for a contractor providing mobile MRI services at the CTVHCS (Central Texas Veterans Health Care System). Key tasks include providing a mobile 1.5T MRI unit, ensuring regular maintenance and rapid repairs, and complying with OSHA standards. The contractor is responsible for documentation including the qualifications of MRI technologists, who must possess a current Radiologic Technologist (RT) license, and maintained competency checklists. Technicians must complete quality assurance testing, execute radiation protection surveys, and manage all breakdowns with timely interventions. The document emphasizes the need for compliance with FDA regulations and internal communication protocols concerning the equipment's function and maintenance. Overall, the file is part of a Request for Proposals (RFP) aimed at securing competent vendors to ensure efficient imaging services and adherence to healthcare standards.
    The document is a Vendor’s Questionnaire for Technical Evaluation related to an RFP for mobile MRI services for the CTVHCS. It outlines specific tasks and requirements the contractor must fulfill, including staffing a qualified technologist, providing a 1.5T MRI unit, and adhering to maintenance, equipment specifications, and regulatory standards as specified in the Statement of Work (SOW). The contractor must also provide evidence of personnel qualifications, health examinations, and ongoing competency evaluations. Additional tasks include detailing past performance information on similar contracts and completing necessary certifications. This evaluation process ensures that the selected vendor meets the operational standards and regulatory compliance needed for effective service delivery in the healthcare setting.
    The document pertains to a federal government solicitation, likely an RFP, aimed at inviting proposals for projects that align with specified federal grant objectives. Although the specific content of the file is not provided, such documents generally outline the program's goals, eligibility criteria, funding availability, and submission guidelines. Key components typically include a description of the project's scope, timelines for proposal submission, evaluation criteria for assessing proposals, and the necessary forms and documentation required for interested applicants. These grants and RFPs are intended to foster various public initiatives, including infrastructure improvements, community development, or research projects, aimed at benefitting the public sector. Applicants must adhere to federal compliance standards and detailed reporting requirements once awarded a grant. As part of the process, state and local entities often coordinate with federal agencies to ensure alignment and transparency in funding allocation and project execution.
    The document outlines the solicitation and contract requirements for providing mobile MRI services, including technologist personnel, to the Department of Veterans Affairs' Austin Outpatient Clinic. The contract spans a base period of one year, with four optional one-year renewals, and entails delivering a mobile 1.5T MRI unit five days a week, along with rigorous equipment and operational specifications. The contractor is responsible for all aspects of service delivery, including staffing, transportation, and adherence to strict regulatory standards, including HIPAA and OSHA guidelines. Key responsibilities include ensuring high uptime for the MRI unit, providing necessary personnel training, and managing patient care with a focus on safety and confidentiality. The document incorporates clauses relevant to service-disabled veteran-owned small businesses, underscoring compliance requirements for subcontracting, documentation of qualifications, and maintaining stringent records. With a total estimated award amount of $19 million, the solicitation emphasizes the commitment to quality healthcare services for veterans, along with adherence to federal contracting regulations.
    This correspondence involves a request regarding the lease for a mobile MRI trailer for a facility in Austin. Robert Nast inquires if the solicitation specifications for the mobile unit's size can be adjusted from a "minimum" to a "maximum" measurement, as their standard trailers are typically 50 feet long. However, Myrtis Clemons communicates that the design requirements must accommodate larger patients and provide necessary space for emergencies and equipment storage, indicating firmness in maintaining the original trailer requirements as specified in the request for proposal (RFP). This exchange illustrates the challenges and considerations involved in fulfilling governmental RFPs, which must prioritize patient needs, safety protocols, and operational specifications. The interaction underlines the importance of adhering to outlined requirements in federal solicitations to ensure adequate service delivery in healthcare settings.
    This communication involves an inquiry related to RFQ 36C25724Q0043. Myrtis Clemons has attached a document containing questions pertaining to the request for quotation. The request appears to be part of the procurement process in federal government operations, where various entities submit proposals to fulfill specific needs outlined by government agencies. The correspondence emphasizes open communication, inviting feedback or additional questions regarding the RFQ. It underscores the importance of clarity and collaboration in the procurement process to ensure all parties understand the requirements and expectations. Overall, the communication represents a step in the ongoing procedural dialogue related to federal contracting opportunities.
    This document addresses clarifications related to a government Request for Proposal (RFP) submission process. It specifies that quoters must submit a single PDF quote devoid of logos or graphics but can include their company name and information. Having multiple quotes is prohibited, leading to questions about whether separate systems can be quoted. The response emphasizes that only one quote is permitted, regardless of the systems involved. Additionally, the document addresses technical specifications regarding a mobile system that measures 12x60 with doors on the nonstandard side, indicating that such a feature should not impact the fit within the designated location. Overall, it underlines essential guidelines for quote submissions and clarifies specific technical queries from potential quoters, maintaining a focus on compliance with submission standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6525--FY26: Mobile CT Scanner Orlando VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a mobile CT scanner for the Orlando VA Healthcare System. The procurement involves a six-month lease, with an optional six-month extension, for a 64 Slice CT Scan Mobile Trailer that will support radiation therapy simulations and various CT procedures, including CT Localization and 3D Image Reconstruction. This mobile unit is critical for enhancing patient care and ensuring compliance with safety and privacy standards, including HIPAA. Interested businesses must submit their capability statements, including relevant business information, by December 19, 2025, at 4 PM EST to Victoria Robles at Victoria.RoblesBurgos@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace MRI 1.5T" at the Durham VA Health Care System in North Carolina. The project involves comprehensive construction services, including the removal of an outdated MRI machine and the installation of a new 1.5T MRI, while addressing critical deficiencies such as RF shielding, fire sprinkler systems, HVAC, and electrical outlets. This initiative is vital for modernizing imaging services for veterans, ensuring compliance with stringent safety and operational standards. Interested contractors should note that this is a Total SDVOSB Set-Aside opportunity, with a project magnitude between $500,000 and $1,000,000, and sealed bids are due by January 6, 2026, at 11:00 AM EST. For further inquiries, contact Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    X1DB--AUSTIN TX Succeeding Lease Ad/EOI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking expressions of interest for a sole source acquisition to lease approximately 233,894 ABOA square feet of laboratory and clinic space in Austin, TX, for a term of up to 20 years. This procurement aims to ensure the continuation of vital outpatient care at the existing Austin Outpatient Clinic, with specific requirements including 1,278 parking spaces, contiguous ground floor space, and compliance with zoning and flood plain regulations. The delineated area for submissions is strictly defined, and alternative spaces will be considered if they are economically advantageous. Interested parties must submit detailed property information and compliance evidence by December 16, 2025, at 5:00 PM EST, with specific certifications required for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). For further inquiries, contact Jamie F Thompson, Supervisory Realty Specialist, at james.thompson23@va.gov.
    Sources Sought - GE Venue Go R4
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 17, is seeking responses for a Sources Sought Notice regarding the acquisition of a Venue Go R4 Focus Package and associated probes for the Amarillo VA Medical Center's CathLab. This procurement aims to enhance the capabilities of physicians in detecting arterial blockages through the provision of a Venue Ultrasound Unit, which will include all necessary system components for echocardiographs and interventional studies, adhering to relevant guidelines during installation. Interested parties must submit their responses by December 16, 2025, at 10:00 AM CT, including essential business information and an authorization letter from GE Precision Healthcare Ultrasound Systems, with inquiries directed to Rafael Rodriguez at Rafael.Rodriguez2@va.gov or (254) 560-0262.