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
  1. 1
    Posted Aug 28, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 1, 2024, 12:00 AM UTC
  3. 3
    Due Oct 2, 2024, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for Teleradiology Services for the Southern Nevada VA Health Care System (VASNHCS). The contract requires certified or board-eligible radiology physicians to provide remote diagnostic imaging services, adhering to strict standards set by the American College of Radiology, with an estimated total award amount of $19 million. This procurement is crucial for ensuring timely and quality healthcare delivery to veterans, emphasizing compliance with federal regulations and quality assurance measures. Interested vendors must submit their proposals by October 2, 2024, and can direct inquiries to Maricela A Berrones-Gauger at maricela.berrones-gauger@va.gov or by phone at 559-225-6100 ext. 6792.

Point(s) of Contact
Files
Title
Posted
Oct 1, 2024, 11:09 PM UTC
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.
Oct 1, 2024, 11:09 PM UTC
The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs for a teleradiology contract. The primary purpose of the amendment is to extend the submission deadline for offers from September 27, 2024, to October 2, 2024, in response to questions raised by potential bidders. It also notes the removal of a requirement for contractor rules of behavior from the RFP. Additionally, the amendment includes a series of questions and answers addressing inquiries related to contract history, billing practices, expected service volumes, and technical requirements for interfacing with the VA’s systems. The solicitation pertains to a first-time contract for teleradiology services, emphasizing comprehensive service integration within expected CMS reimbursement rates and confirming that trauma reporting will adhere to established guidelines. Contractors are required to submit a signed copy of the amendment with their proposals. Overall, the document serves to clarify contractual obligations while ensuring that all interested parties are informed of changes and expectations regarding the procurement process.
Oct 1, 2024, 11:09 PM UTC
The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office (NCO) 21. The primary purpose of this amendment is to remove incorrect vendor information that was inadvertently added to block 8, which should remain empty. This amendment also extends the deadline for receipt of offers. Vendors are required to submit a signed copy of this amendment along with their quotes to acknowledge the changes. Apart from the removal of vendor details, no other terms or conditions of the solicitation are modified. The document emphasizes the importance of compliance with the amendment in order to avoid offer rejections and outlines how to acknowledge receipt of this amendment. Overall, the document maintains procedural integrity and clarity for potential contractors involved in the bidding process.
Oct 1, 2024, 11:09 PM UTC
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.
Oct 1, 2024, 11:09 PM UTC
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.
Oct 1, 2024, 11:09 PM UTC
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.
Oct 1, 2024, 11:09 PM UTC
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
Mobile MRI Trailer and Technician
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a mobile MRI unit and associated technologist services at the Austin Outpatient Clinic in Texas. The procurement requires the contractor to provide a fully operational 1.5T MRI unit along with skilled technologists for a base period of 12 months, with the option to extend for four additional years. This initiative is crucial for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and maintaining high standards of patient safety and data confidentiality. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by May 5, 2025, at 12:00 PM CST, and can direct inquiries to Contracting Officer Oneka Robertson at oneka.robertson@va.gov or by phone at 210-992-4129.
6525--VA NAC Radiation Therapy Equipment Systems and Accessories
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). This procurement aims to secure high-tech medical equipment, including linear accelerators and related services, to enhance healthcare delivery for veterans, with a contract structure comprising a five-year base period and an optional five-year extension. The solicitation encourages participation from a diverse range of businesses, including small and veteran-owned enterprises, and emphasizes compliance with federal regulations and quality assurance measures. Interested vendors must submit their proposals by May 2, 2025, at 12:00 PM CT, and can direct inquiries to Contract Specialist Taiye Adebowale at Taiye.Adebowale@va.gov.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposals (RFP) for onsite Primary Care Physician Services within Veterans Integrated Service Network (VISN) 20. Contractors will be required to provide Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver quality primary care to VA beneficiaries across multiple facilities in the Northwest, including locations in Oregon, Washington, Idaho, and Alaska. This procurement is significant as it aims to enhance healthcare services for veterans, with a focus on meeting the American Board of Internal Medicine Guidelines. The acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with contracts expected to be awarded within 120 days of the proposal deadline, which is anticipated around May 15, 2025. Interested parties can reach out to Scott A. Reed at scott.reed2@va.gov or by phone at 509-321-1909 for further information.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
36C26225Q0783 ULTRASOUND PROBE CART
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the procurement of ultrasound probe carts under solicitation number 36C26225Q0783. This opportunity specifically seeks brand name or equal products, including the Venue Go R4 Focus Package and associated ultrasound probes, ensuring compliance with detailed technical specifications for operational use. The procurement is crucial for enhancing the VA's healthcare capabilities, emphasizing the importance of high-quality medical equipment in patient care. Interested small businesses, including service-disabled veteran-owned and women-owned entities, must submit their proposals electronically by April 29, 2025, at 4 PM PDT, and can direct inquiries to Debby Abraham at debby.abraham@va.gov or by phone at 562-766-2234.
6515--Software - Radformation Software Base +4, Ann Arbor
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Radformation, Inc. for specialized radiotherapy software, specifically the AutoContour Radiotherapy Automated Contouring Software and EZFluence Radiotherapy Automated 3D Planning Software. This procurement falls under the product service code 6515 and NAICS code 339112, highlighting the critical role of these software solutions in enhancing radiotherapy processes within the VA healthcare system. The contract is anticipated to be a firm fixed price with options for four additional years, and interested parties are advised that inquiries must be directed to the Contract Specialist, Brooke Hansen, via email, as phone inquiries will not be accepted. The deadline for responses is set for noon ET on May 28, 2025.
6515--A/B Ophthalmic Ultrasound Scanner
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of two A/B Ophthalmic Ultrasound Scanners for the Orlando VA Healthcare System. The procurement aims to enhance ophthalmic diagnostic capabilities by providing advanced ultrasound systems that deliver high-quality imaging and precise measurements, along with necessary training for healthcare staff and compliance with federal regulations. This contract is set aside for small businesses, particularly those certified as Service-Disabled Veteran-Owned, with a performance period commencing upon award and requiring installation within 90 days. Interested vendors must submit their proposals via email by May 9, 2025, and direct any questions to Contract Specialist Shawn Autrey at shawn.autrey@va.gov or Contracting Officer Susan M. Rodriguez-Perez at susan.rodriguez-perez@va.gov.
6550-- Cancer Diagnosis Probes
Buyer not available
The Department of Veterans Affairs is soliciting proposals for cancer diagnosis probes under solicitation number 36C26225Q0840, aimed at enhancing diagnostic capabilities within the VA healthcare system. This procurement seeks specific, validated probes and reagents necessary for next-generation sequence testing, particularly for hematological disorders and solid tumors, reflecting the VA's commitment to improving patient care through advanced medical technology. Interested vendors must submit their quotations by May 2, 2025, with delivery scheduled from May 9, 2025, to May 8, 2026, to the VA Greater Los Angeles Healthcare System. For inquiries, vendors can contact Carlos Magana at carlos.magana@va.gov or by phone at 562-766-2253.