Q514--RFP Oklahoma City VAMC ENT Physician Services
ID: 36C25925R0123Type: 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- OTOLARYNGOLOGY (Q514)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is soliciting proposals for on-site Otolaryngology Physician Services at the Oklahoma City VA Medical Center. The contract requires Board Certified/Board Eligible Otolaryngology physicians with expertise in Sinus/Sleep, Otology, and Head and Neck Oncology, to be performed in accordance with the Performance Work Statement and applicable VA standards. This Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract has a performance period of one year, starting from November 1, 2025, and proposals are due by October 31, 2025, at 5:00 PM MDT. Interested offerors must be registered in SAM.gov and comply with all federal regulations, with inquiries accepted until October 9, 2025, at 1:00 PM EST. For further details, contact Contract Specialist Fanta Cooper-Wells at fanta.cooper-wells@va.gov.

    Point(s) of Contact
    Fanta Cooper-WellsContract Specialist
    fanta.cooper-wells@va.gov
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation 36C25925R0123, issued by the Department of Veterans Affairs, Network Contracting Office 19. The amendment, dated October 17, 2025, extends the solicitation period and addresses offeror questions. Key updates include the applicability of FAR clause 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021), and the incorporation by reference of VAAR 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023). The government's responses to offerors' questions are attached separately, and the full text of all clauses can be found at acquisition.gov. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Otolaryngology Physician Services at the Oklahoma City VAMC. The solicitation number is 36C25925R0123, with a response date of October 22, 2025. The contractor will provide comprehensive ENT services, meeting or exceeding national standards set by the American Academy of Otolaryngology. The required personnel include a 1.0 FTE General Otolaryngologist specializing in Sleep Medicine, Rhinology/Sinus/Anterior Skull Base surgeries, a 0.3 FTE General Otolaryngologist specializing in Otology (Ears), and a 1.0 FTE General Otolaryngologist specializing in Head and Neck Oncology surgeries. All specialists require fellowship training in their respective fields. The contracting office is NCO 19 in Greenwood Village, CO, and the point of contact is Fanta Cooper-Wells at fanta.cooper-wells@va.gov.
    This amendment addresses offeror questions regarding solicitation 36C25925R0123 for federal government services. Key clarifications include allowing subcontractor personnel as backups, provided they meet all qualifications. Large businesses using subcontractors must submit a subcontracting plan. The VA typically approves invoices within 10 days, with payment taking about three weeks via EFT. The contract's estimated start date (November 1, 2025) and period of performance (12 months) are subject to adjustment upon award. Evaluation factors include Technical Capability, Past Performance, and Price, with administrative documents required in Volume 1: Technical Capability. Only Volume 1 needs a redacted version. "Board Eligible" does not include residents but accepts foreign-trained ENTs who meet specific U.S. certification and visa requirements. Credentialing averages 60 days, with temporary privileges possible in a couple of weeks, allowing personnel to work. This is a new requirement with no incumbent contractor. Services are required Monday through Friday during standard VA business hours or OR hours. Contractors are responsible for professional liability insurance with minimum coverage of $1,000,000 per occurrence and $3,000,000 aggregate. The typical patient load is 14 per clinic day, with 2 OR cases per OR day.
    The government provision 852.209-70, "Organizational Conflicts of Interest (OCT 2020)," outlines the Department of Veterans Affairs' (VA) requirements for contractors to identify and mitigate potential conflicts of interest in healthcare contracts. It emphasizes avoiding situations where a contractor's impartiality might be impaired or an unfair competitive advantage gained. Offerors must submit a statement detailing any past, present, or planned financial, contractual, or organizational interests for themselves, consultants, and subcontractors. The Contracting Officer will review this information and may disqualify an offeror if a conflict cannot be satisfactorily mitigated. Nondisclosure or misrepresentation can lead to contract termination. Appendix A provides a certification form for contractors to declare no conflicts or to attach a detailed statement if conflicts exist, requiring certification by an official.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance on a government contract. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while the government ensures objective evaluation. It is a living document, subject to revisions coordinated with the contractor. Key government roles include the Contracting Officer (CO), responsible for contract compliance and final performance determination, and the Contracting Officer's Representative (COR), who handles technical administration and surveillance. Performance standards are used to assign ratings, contributing to the contractor's past performance record. Surveillance methods include periodic inspections, random sampling, and verification of contractor-provided documentation. A sample performance report illustrates measures, standards, acceptable quality levels, and surveillance methods. Performance is rated using CPARS categories (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory). The QASP also specifies procedures for documenting performance, addressing deficiencies through Contract Reports, and outlines the acknowledgment process by both the COR and contractor.
    The Contractor Certification document outlines the mandatory compliance requirements for contractors and subcontractors working with the Department of Veterans Affairs (VA). It mandates adherence to the Immigration and Nationality Act of 1952, related laws, and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor, particularly concerning non-immigrant foreign nationals. Contractors are prohibited from knowingly employing illegal aliens or foreign nationals in violation of their status and must comply with E-Verify requirements. Non-compliance may result in the prohibition of foreign nationals from working on VA-related services and could lead to contract termination for breach. Contractors must also ensure their subcontractors obtain similar certifications. Making false certifications can lead to prosecution under 18 U.S.C. 1001.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 19 is soliciting proposals for on-site Otolaryngology Physician Services at the Oklahoma City VA Medical Center. This Request for Proposal (RFP) outlines the requirement for Board Certified/Board Eligible Otolaryngology physicians specializing in Sinus/Sleep, Otology, and Head and Neck Oncology. The contract has an estimated period of performance from November 1, 2025, to October 31, 2026. Proposals are due by 5:00 PM MST on October 31, 2025, and questions must be submitted by 1:00 PM EST on October 9, 2025. Key personnel requirements include specific fellowship training, and all personnel must meet stringent credentialing, privileging, and training standards, including various certifications and health screenings. The contractor is responsible for providing all necessary personnel and ensuring continuous coverage, with strict guidelines for substitutions and compliance with VA policies and federal regulations.
    Lifecycle
    Similar Opportunities
    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.
    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.
    W065--VISN10 Home 02 Services (IN & MI)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the provision of Home Oxygen Services across various VA Medical Centers in Indiana and Michigan, under Solicitation Number 36C25025R0061. The contract aims to deliver comprehensive home oxygen and ventilation services, including the rental and supply of oxygen concentrators, cylinders, ventilators, and associated medical equipment for an estimated 5,000 beneficiaries. This initiative is crucial for ensuring that veterans receive timely and effective respiratory support, with services including delivery, setup, maintenance, and 24/7 emergency support. The contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses, with proposals due by December 12, 2025. Interested parties should contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further details.
    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.
    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.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    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.
    Home Sleep Apnea Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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.
    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.