Q523--595-25-4-103-0006 I Vascular Surgeon On Call Services (VA-25-00028900) Total Small Business Set-aside | 5-Year IDIQ Contract: 09/28/2025 - 09/27/2030
ID: 36C24425Q0524Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- SURGERY (Q523)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified small businesses to provide on-call vascular surgeon services under a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, valued at approximately $16 million. The contract aims to ensure timely medical response for veterans by securing after-hours and weekend coverage at the Lebanon VA Medical Center, with specific requirements for in-person availability within 60 minutes and adherence to VA standards and federal regulations. This initiative underscores the VA's commitment to enhancing healthcare services for veterans while maintaining high-quality care and compliance with security and privacy policies. Interested parties should contact Contracting Officer David M Santiago at david.santiago2@va.gov, with the contract period running from September 28, 2025, to September 27, 2030.

Point(s) of Contact
David M SantiagoContracting Officer
david.santiago2@va.gov
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
The document outlines a Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract by the Department of Veterans Affairs (VA) for Board Certified Vascular Surgery Physician Services at the Lebanon VA Medical Center. The purpose is to secure after-hours and weekend coverage in the form of on-call vascular surgery services, ensuring timely medical response for veterans. The contract, valued at approximately $16 million, is set aside for small businesses and covers various service periods from September 2025 through September 2030. Key points include service requirements such as in-person availability within 60 minutes, adherence to VA standards, and compliance with various federal regulations. Contractors are required to coordinate with VA directives, maintain confidentiality of patient information, and ensure proper credentialing. The contract details the minimum and maximum service hours for different coverage scenarios. The document emphasizes the importance of qualified personnel to uphold care standards while also referencing compliance with security, privacy policies, and risk management protocols. Ultimately, this RFP signifies the VA's commitment to expanding healthcare services for veterans while ensuring high-quality care and safety in compliance with federal mandates.
Apr 2, 2025, 8:10 PM UTC
The Presolicitation Notice outlines a Request for Proposal (RFP) for On Call Vascular Surgery Services at the Lebanon VA Medical Center. The contract is a Total Small Business Set-aside, valid from September 28, 2025, to September 27, 2030, under the solicitation number 36C24425Q0524. The contractor must provide Board Certified vascular surgeons to ensure around-the-clock vascular surgical coverage, meeting national standards of care as established by the American Board of Surgery. The document includes a detailed performance work statement and quality assurance plan that stipulate service expectations, credentialing requirements, and a 24/7 on-call scheduling framework. The contractor is accountable for staffing, timely patient care, and adherence to various health care directives. Monitoring and evaluation of contractor performance will be conducted through established quality assurance measures, requiring consistent reporting and compliance. Furthermore, the notice emphasizes the need for documentation of training, licensure, and adherence to patient confidentiality regulations. Overall, this presolicitation illustrates the VA's commitment to high-quality health care for veterans and aligns with federal requirements for competitive contracting.
The document appears to be a governmental request for proposals (RFP) or grant application related to various operational aspects, although significant portions are rendered illegible. Through the decipherable sections, it primarily discusses requirements for project submissions, including criteria for qualitative assessments and specific eligibility requirements. There are indications of necessary compliance with regional regulations and the need for detailed proposals that outline methodologies, potential impacts, and mitigation strategies. The RFP seems structured around encouraging submissions that demonstrate innovative approaches while adhering to legal and environmental standards. Individual project components are likely intended to align with broader federal and state funding objectives, targeting improvements in community services or infrastructure. The aim appears to be fostering resilience and compliance in various public sectors by soliciting competitive proposals for funding approval and implementation considerations. In summary, the document emphasizes transparency in application processes, adherence to set guidelines, and the importance of assessing project viability. It seeks to support initiatives that align with overarching governmental goals, ensuring a comprehensive evaluation of proposals in line with available federal or state grants.
Similar Opportunities
Q523--Gastroenterology/General Surgeon Service
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Gastroenterology and General Surgeon services at the Sioux Falls VA Medical Center in South Dakota. The procurement requires the contractor to supply two Board Certified/Board Eligible surgeons for an initial contract period from April 1, 2025, to March 31, 2026, with the potential for four additional extension years, amounting to a total contract value of approximately $16 million. This initiative aims to enhance surgical care for veterans while ensuring compliance with federal healthcare standards and regulations. Interested parties must submit their proposals by April 15, 2025, at 11:00 AM Central Time, and can direct inquiries to Contracting Officer John Becker at john.becker3@va.gov or by phone at 605-585-3908.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
36C25625Q0757 Springfield Missouri Ambulatory Surgical Center
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide services for an Ambulatory Surgical Center in Springfield, Missouri, with a focus on delivering surgical care, including cataract surgeries, to veterans. The procurement aims to establish a fixed-price contract for a five-year period, utilizing a "Best Value Comparative Evaluation Source Selection" method, with a minimum guaranteed amount of $500,000 for the first fiscal year and a total maximum value of $5.55 million over the contract's duration. Interested parties must respond to the Sources Sought notice by April 18, 2025, and are required to register with the System for Award Management (SAM.gov) to be eligible for consideration. For further inquiries, contractors can contact Tiffany Lee-Franklin at Tiffany.Lee-Franklin@va.gov.
Q999--Executive Order
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Professional and Allied Healthcare Staffing Services under solicitation number RFP-797-FSS-00-0115-R4. This procurement aims to secure temporary staffing solutions for various healthcare roles, including physicians, nurses, and therapists, to support government health facilities effectively. The services are critical for maintaining healthcare delivery within the Veterans Affairs system, ensuring that veterans receive timely and quality care. Interested contractors must submit their proposals by the specified deadlines, with the next submission due on March 19, 2030, at 12:00 PM Central Time. For inquiries, potential bidders can contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov or by phone at (708) 786-5816.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System, specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a maximum collective value of $1 billion over a five-year ordering period, focusing on various construction services including renovations and infrastructure improvements. The project is critical for enhancing healthcare capabilities for veterans, ensuring compliance with stringent safety protocols, and maintaining operational integrity during construction. Interested contractors must submit their proposals, including past performance data and price schedules, by the specified deadlines, with the seed project estimated to cost between $2 million and $5 million. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.
Service Contract Fresenius Kabi CATs base plus 2 OY-sole source
Buyer not available
The Department of Veterans Affairs (VA) is planning to negotiate a Sole Source, Firm-Fixed-Price Purchase Order for a Full Coverage Service Policy for three Fresenius Cardiac Autotransfusion Systems, with the contract being awarded to Terumo Cardiovascular Systems Corporation. This procurement, classified under NAICS code 811210, is essential for maintaining and servicing critical medical equipment used in VA facilities, ensuring the reliability and functionality of these systems. Interested parties are invited to submit capability statements demonstrating their qualifications as authorized service providers for Fresenius Kabi, with submissions due by April 11, 2025, at 1:00 PM EST to Christine Lindsey at the VA. The anticipated award date for this contract is April 30, 2025.
6515-- Eyecon 9430, Eyecon Interface Controller with installation and one (1) year monthly subscription and support to the Marion and Evansville VA Medical Centers
Buyer not available
The Department of Veterans Affairs is seeking to procure two Eyecon Model 9430 devices, including installation and a one-year subscription for support services, for the Marion and Evansville VA Medical Centers. This procurement is a sole source acquisition justified under statutory authority for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with Veterans Healthcare Supply Solutions identified as the unique vendor qualified to provide the proprietary equipment necessary for compatibility with existing systems. The total estimated cost for this contract is $42,271, and interested parties must submit their responses by April 21, 2025, at 6 AM Central Time, with inquiries directed to Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925.
6835--DC VAMC Medical Grade Gas IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide medical gas and cylinder rental services for the Washington DC VA Medical Center. This procurement is designated as a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the government's commitment to supporting veteran-owned enterprises. The medical gases and associated services are critical for ensuring high-quality healthcare delivery to veterans, adhering to strict FDA regulations and safety standards. Interested vendors must submit their quotations by April 16, 2025, at 12:00 PM EST, and direct any inquiries to Contracting Officer Ryan Singletary at ryan.singletary@va.gov or by phone at 202-745-8000. A site visit can be requested until April 8, 2025.
6515--Surgical Shaver - SF
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of Surgical Shavers for the Sioux Falls VA Healthcare System, as outlined in solicitation number 36C26325Q0589. This unrestricted solicitation aims to enhance the medical capabilities of the VA by acquiring essential surgical equipment, specifically a Shaver Console and Handpiece critical for ENT procedures, which must include features such as integrated irrigation and compatibility with existing navigation systems. Interested vendors are required to submit their proposals by April 17, 2025, at 4:00 PM Central Time, and may direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.