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.