Teleradiology Services for VASNHCS
ID: 36C26124R0089Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- EVALUATION/SCREENING (Q403)

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 Teleradiology Services for the Veterans Affairs Southern Nevada Health Care System (VASNHCS). The contract requires certified or board-eligible radiology physicians to provide remote diagnostic imaging services, including CT, MRI, and ultrasound scans, in accordance with strict American College of Radiology standards. This procurement is critical for ensuring timely and accurate diagnostic services for veterans, with an estimated total contract value of $19 million over the performance period from December 1, 2024, to November 30, 2029. Interested vendors should contact Maricela A Berrones-Gauger at maricela.berrones-gauger@va.gov for further details and to submit proposals, adhering to the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks contracted Tele-Radiology Physician Services for the Southern Nevada VA Health Care System. This Request for Proposal (RFP) outlines requirements for remote diagnostic services from board-certified radiologists. The contract's total award amount is estimated at $19 million, with the contractor required to meet strict American College of Radiology standards. The contractor must provide qualified radiologists, ensure timely interpretations of imaging studies, and maintain communication with VA staff. Quality assurance measurements and adherence to regulatory standards will be strictly enforced. The scope of work includes credentialing and privileging of personnel, management of patient medical records under HIPAA guidelines, and compliance with various VA directives. Invoices will be submitted monthly, and contractors are expected to engage with VA's electronic health records systems. The contractor’s ability to work effectively and provide timely reporting to the VA is crucial for continuity of care. This contract not only facilitates healthcare delivery to veterans but emphasizes compliance with federal standards, reflecting the VA's commitment to high-quality service provision.
    This document outlines a detailed proposal for medical imaging services, covering multiple ordering periods from December 1, 2024, to November 30, 2029. It specifies various procedures such as CT, MRI, and ultrasound scans, including both with and without contrast (dye). Each procedure is identified by a CPT code, encompassing estimated quantities and proposed unit costs, with the costs expressed as a percentage of the CMS (Centers for Medicare & Medicaid Services) rate. The estimated total annual costs are provided for evaluation purposes across multiple years. The structure of the document is organized by ordering periods, listing codes, descriptions, estimated quantities, proposed unit costs, and cost percentages consistently across each period. It represents a government Request for Proposals (RFP), seeking bids from vendors to fulfill these imaging service needs, reflecting the ongoing commitment to managing healthcare costs while ensuring access to essential diagnostic services. The meticulous detail speaks to the competitive nature of federal funding environments, aiming for cost effectiveness and service quality in public health provisions.
    The Quality Assurance Surveillance Plan (QASP) outlines the evaluation process for a contractor, focusing on performance monitoring, documentation, and responsibilities of key personnel. It establishes that the contractor is accountable for quality management, while the government is tasked with fair performance evaluation. The document details the roles of a Contracting Officer (CO) and Contracting Officer's Representative (COR) in overseeing the contract's execution and establishes guidelines for performance standards and surveillance methods, including periodic inspections and random sampling. Performance metrics assess contractor compliance, with clear ratings from "Exceptional" to "Unsatisfactory" based on the quality and timeliness of services provided, including aspects like report delivery, qualifications of personnel, and adherence to privacy standards. The plan emphasizes the collaborative nature of monitoring, requiring documented performance reports for continuous improvement. Additionally, it includes frameworks for addressing performance deficiencies and corrective actions. Overall, this QASP is a living document tailored to ensure contractor effectiveness in a federal contract environment, emphasizing accountability, quality assurance, and systematic evaluation practices crucial for successful government contracting and service delivery.
    The document outlines the guidelines for addressing organizational conflicts of interest (OCI) in healthcare contracts, as mandated by the VA Acquisition Regulation (VAAR). It emphasizes the importance of preventing situations that might lead to an OCI, which could impair impartiality or result in an unfair competitive edge for contractors. Offerors are required to submit a thorough statement with their proposals, detailing any past, present, or future interests—financial or otherwise—that could relate to their work under the contract. Additionally, similar disclosures are necessary for any identified consultants or subcontractors. The Contracting Officer will assess this information to determine if an OCI exists and to decide on potential disqualification or remedies. Non-disclosure or misrepresentation can lead to contract termination without cost to the government. The document also includes a certification statement for contractors to affirm their lack of conflicts. This emphasis on transparency and ethics underscores the federal government’s commitment to fair contracting practices, vital in the context of RFPs and grants.
    The document is a Contractor Certification related to the Immigration and Nationality Act of 1952, emphasizing compliance for contractors working with the Department of Veterans Affairs (VA). It stipulates that contractors must adhere to legal provisions concerning the employment of foreign nationals and ensure that they do not knowingly hire individuals who are illegal aliens or non-immigrant visa holders violating their status. Additionally, contractors are required to meet "E-Verify" requirements and are responsible for obtaining similar certifications from subcontractors. Failure to comply with these stipulations could result in the prohibition of certain foreign nationals from working in VA-related positions and potential contract termination for breach of the terms. The document also warns that providing false certification could lead to prosecution under federal law. Overall, this certification underscores the federal government's commitment to enforcing immigration regulations in contracts involving services to veterans.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Q522--Teleradiology Physician Services - VANEOHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking Teleradiology Physician Services for the Northeast Ohio Healthcare System (VANEOHS) to provide 24/7 interpretations of Diagnostic Imaging procedures, along with in-house IT support. This procurement will consist of five one-year ordering periods, reflecting the VA's commitment to enhancing healthcare delivery through specialized remote radiology services. The solicitation for these services is expected to be available on or about September 20, 2024, with a response deadline set for October 18, 2024, at 2:00 PM Eastern Time. Interested parties can contact Contracting Specialist Karen Williams at Karen.Williams4@va.gov or by phone at 614-257-5220 for further details.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide mobile MRI services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The contractor will be responsible for delivering all necessary management, labor, equipment, and supplies, including a mobile MRI unit, while ensuring compliance with safety and quality standards. This procurement is particularly significant as it aims to enhance healthcare services for veterans, with a contract value of approximately $19 million for a one-year base period, plus an option for an additional year. Interested parties should contact Carrie A. Deswarte at carrie.deswarte@va.gov for further details, with the anticipated period of performance starting on October 1, 2024.
    R499--Release of Information Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Release of Information Services for the Veterans Affairs Sierra Nevada Health Care System (VASNHCS). This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and equipment necessary for the orderly release of medical information while ensuring compliance with privacy laws such as HIPAA and the Privacy Act. The contract, valued at approximately $40 million, will span from November 8, 2024, to November 7, 2029, with options for renewal and extension. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to Contract Specialist Jill Williams at jill.williams@va.gov or by phone at 702-001-5380.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The requirement includes two sizes of digital intraoral X-ray sensors, along with user and service manuals, all adhering to specific technical specifications such as resolution, size, connectivity, and infection control features. This procurement is part of the government's initiative to enhance healthcare services for veterans while promoting engagement with veteran-owned small businesses. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Scott A Reed at scott.reed2@va.gov or by phone at 509-321-1909.
    Q522--FY25- Peer Review Svc (RAD) Memphis VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Radiation Oncology Peer Review services at the Memphis VA Medical Center. This procurement, set aside for small businesses, aims to engage certified professionals to conduct peer reviews for radiation oncologists, physicists, and dosimetrists over five one-year ordering periods, starting from November 1, 2024, to October 30, 2029. The services are crucial for evaluating patient treatment records and ensuring compliance with established medical standards, thereby upholding quality medical practices in veteran oncology services. Interested parties can contact Contract Specialist Michael McCarthy at michael.mccarthy5@va.gov or by phone at 615-225-6889 for further details.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    6505--Supply, Axumin-Axumin + Cerianna Medicines - Nuclear Med, CLE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to solicit and negotiate exclusively with PetNet Solutions and TrillaMed for the supply of three proprietary radiopharmaceuticals—Axumin, Amyvid, and Cerianna—for the Nuclear Medicine Service at the Louis Stokes Cleveland VA Medical Center. These products are critical for diagnosing recurrent prostate cancer, breast cancer, and Alzheimer’s disease, necessitating the use of a local radiopharmacy due to their radioactive nature and short shelf life. Interested vendors may submit their capabilities until September 18, 2024, to determine if a competitive procurement process is feasible, with all inquiries directed to Contract Specialist Don Caldwell at don.caldwell@va.gov.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0003
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract covering Regions 1-4, with a focus on providing comprehensive medical evaluations for veterans. The procurement aims to establish a network of qualified medical professionals to conduct various types of examinations, including general medical assessments and specialized evaluations, ensuring compliance with federal standards and the efficient processing of disability claims. This initiative is crucial for enhancing the quality of healthcare services available to veterans, facilitating their access to necessary benefits. Interested vendors must submit their Phase 2 proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov. The estimated contract value is approximately $16 million.
    6540--Brand name or Equal Imaging Module System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of the IM910 Imaging Module for the BQ-900 with Eye Suite, aimed at enhancing patient care services at the Phoenix VA Health Clinic. This procurement involves the purchase of six imaging modules along with installation and training services, emphasizing the need for vendors that comply with small business classifications, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The equipment is critical for ophthalmic care, ensuring that the clinic can provide high-quality medical services to veterans. Interested parties must submit their proposals by September 19, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Latisha Baker at latisha.baker@va.gov or 254-899-6001 for further details.
    5860--Varian FullScale on Premise Base Year (VA-25-00001444)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract for the Varian FullScale on Premise system to Varian Medical Systems, Inc. This procurement is essential for the renewal of an IT hosting solution that supports Varian software applications and server infrastructure at the Richard L. Roudebush VA Medical Center, ensuring continued functionality and enhanced clinical availability alongside existing Varian oncology systems. The contract, justified under Section 41 U.S.C. 3304(a)(1) due to the unique capabilities of Varian, aims to minimize operational disruptions and costs associated with switching vendors. Interested parties can reach Contract Specialist Erin Butler at erin.butler3@va.gov, with a response deadline set for September 18, 2024, at 3:00 PM Eastern Time.