Q522--Competitive | Angio-Interventional Physician Services POP: 4/1/26 to 3/31/31
ID: 36C24925R0028Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

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

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for Angio-Interventional Physician Services at the Lt. Col. Luke Weathers Jr. VA Medical Center in Memphis, TN, under a five-year, fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract valued at up to $9.86 million. The contract requires the provision of two board-certified Angio-Interventional Radiologists to deliver services in accordance with American College of Radiology guidelines and VA directives, ensuring compliance with federal regulations and ethical standards. This procurement is critical for maintaining high-quality radiological care for veterans, emphasizing the need for qualified personnel who meet specific training and health requirements. Interested contractors must submit their proposals, including detailed pricing and conflict of interest statements, by October 24, 2025, and can direct inquiries to Contract Specialist Laura Edelman at Laura.Edelman@va.gov.

    Point(s) of Contact
    Laura EdelmanContract Specialist
    Laura.Edelman@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice (36C24925R0028) for competitive Angio-Interventional Physician Services at the VA Medical Center Memphis. The period of performance is from April 1, 2026, to March 31, 2031. This is an unrestricted acquisition under NAICS Code 621111. The solicitation is expected to be released around September 22, 2025, with a response deadline of September 19, 2025, at 10 AM Central Time. All inquiries should be directed via email to Laura Edelman at laura.edelman@va.gov, including the solicitation number in the subject line. No phone calls will be accepted. Offerors are responsible for downloading all documents from sam.gov.
    The Department of Veterans Affairs (VA) is soliciting proposals for a five-year, fixed-price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for onsite Angio-Interventional Radiology Physician Services at the Lt. Col. Luke Weathers Jr., VA Medical Center in Memphis, TN. The contract, valued up to $9.86 million, requires the contractor to provide two board-certified Angio-Interventional Radiologists to deliver services in accordance with American College of Radiology guidelines and VA directives. Key personnel must be licensed, credentialed, and meet specific training and health requirements, including annual immunizations. The solicitation outlines performance expectations, hours of operation, and contractor responsibilities, emphasizing compliance with federal regulations, ethical conduct, and continuous coverage. Offerors must submit detailed pricing, personnel qualifications, and conflict of interest statements, with a deadline for questions by October 3, 2025, and offers due by October 24, 2025.
    This Quality Assurance Surveillance Plan (QASP) for RFP No. 36C24925R0028 outlines the methods for evaluating contractor performance for Angio-Interventional Radiology services. It details what will be monitored, how monitoring will occur, who is responsible (Contracting Officer Robert Pritchard and COR Reginald Penny), and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control and the government's role in objective evaluation. Performance standards are defined, with surveillance methods including direct observation, periodic inspections, user complaints, random sampling, and contractor-provided documentation. The document also includes a sample performance report, CPARS rating guidelines (Exceptional to Unsatisfactory), and procedures for documenting performance, including corrective action plans for deficiencies.
    This document outlines the mandatory Rules of Behavior for contractors accessing Department of Veterans Affairs (VA) information, systems, and sites under RFP No. 36C24925R0028. It emphasizes that contractors have no reasonable expectation of privacy and consent to monitoring and disclosure of their activities to authorized VA and law enforcement personnel. The rules prohibit unauthorized access, modification, or misuse of federal systems, with violations subject to criminal, civil, or administrative penalties. Contractors must comply with VA security and data privacy directives, report security incidents, and use VA resources solely for contract performance. Specific guidelines cover account access, authorized system use, protection of sensitive information, password management, use of VA-approved software, and restrictions on personal use and dual network connections. Subcontractors are also bound by these security requirements.
    ATTACHMENT D.3: CONTRACTOR CERTIFICATION; RFP No. 36C24925R0028 outlines the Contractor Certification for RFP No. 36C24925R0028, mandating compliance with immigration laws, including the Immigration and Nationality Act of 1952, and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Contractors must not knowingly employ illegal aliens or foreign nationals violating their status while providing services to Department of Veterans Affairs patient referrals. The certification requires adherence to “E-Verify” requirements, Executive Order 12989, and applicable Federal Acquisition Regulations. Failure to comply may result in prohibiting non-compliant foreign nationals from working on VA-related services and could lead to contract termination for breach. Contractors must obtain similar certifications from subcontractors. Providing false certification may lead to prosecution under 18 U.S.C. 1001.
    The Past Performance Questionnaire (RFP 36C24925R0028) is an attachment for a VA contract solicitation for Angio Interventional Radiologist Services. Its purpose is to evaluate the past performance of firms that have previously provided these services. Evaluators are required to complete the survey and submit it to the contracting specialist, Laura Edelman (laura.edelman@va.gov), by the proposal submission due date. The questionnaire requests information about the company being evaluated, the evaluating agency, and details of their contract, including estimated amount, performance period, and services rendered. It provides a specific rating scale (Outstanding, Above Average, Satisfactory, Marginal, Unacceptable) for various aspects of performance, such as compliance, reporting accuracy, personnel use, schedule adherence, flexibility, reliability, and responsiveness to technical directions. Additionally, it asks about any past issues like cure notices or terminations, willingness to re-award contracts, and contractor notification of problems. The form concludes with sections for describing services provided, additional remarks, and evaluator's signature and date.
    The document, Attachment D.5 – 36C24925R0028, is a Contractor Conflict of Interest Certification Statement for RFP No. 36C24925R0028, pertaining to Angio-Interventional Radiology Services for the Memphis VAMC Veterans Administration. Contractors must certify that their key personnel have no past, present, or planned financial, contractual, organizational, or other conflicts of interest related to the services. Alternatively, if conflicts exist, the contractor must attach a detailed statement describing these interests and any mitigation strategies. This certification also extends to consultants and subcontractors. The form requires the name, title, signature, and date of the certifying official, ensuring transparency and adherence to conflict of interest policies in government contracting.
    Similar Opportunities
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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.
    Q522--Teleradiology Contract (VA-26-00012033) ALBANY
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide teleradiology services for the Albany Stratton VA Medical Center under a two-year contract. The services are required to ensure timely reading of medical images during periods when VA staffing is inadequate, particularly during normal business hours, to prevent patient diversion and associated costs. Contractors must supply Board Certified Radiology Physician Services, with all physicians holding current, unrestricted licenses and adhering to standards set by the American College of Radiology and The Joint Commission. Interested parties must submit their responses, including company details and prior experience, by December 16, 2025, at 12:00 PM ET to Meaghan Gallagher at Meaghan.Gallagher@va.gov.
    Q301--Medical Physicist and Radiation Safety Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for diagnostic medical physicist and radiation safety services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, with five twelve-month ordering periods. The selected contractor will be responsible for a range of services, including quality assurance program reviews, equipment testing, and radiation protection surveys, ensuring compliance with federal and VA directives for various medical imaging equipment. Interested parties should contact Contract Specialist Aminisha S. Daniel at Aminisha.Daniel@va.gov, with the contract having a guaranteed minimum value of $1,000 and a maximum value of $400,000.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    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.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    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.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    Renovate Interventional Radiology Suites (Construction Services)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    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.
    6515--Illumena Neo radiopaque contrast delivery system VA Cincinnati Health Care System 539-26-1-043-0047
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting offers for the purchase of the Illumena Neo radiopaque contrast delivery system for the VA Cincinnati Health Care System. This procurement aims to replace and install two end-of-life systems that are critical for precise contrast injection during medical imaging, including the provision of pedestal units, installation, application training, and necessary supplies such as syringes and tubing. The acquisition is classified under NAICS code 334510 and is identified as a brand name justification due to the proprietary nature of the equipment. Responses to the solicitation, numbered 36C25026Q0150, are due by December 9, 2025, at 2:00 PM Eastern Time, and will be evaluated based on the Lowest Price Technically Acceptable methodology. Interested parties should contact Contracting Specialist Laura Poma at laura.poma@va.gov or by phone at 734-845-3523 for further information.