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 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
    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.
    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.
    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.
    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 Contract (VA-26-00012033) ALBANY
    Veterans Affairs, Department Of
    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.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    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.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    Q301--Medical Physicist and Radiation Safety Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Physicist and Radiation Safety Services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, and includes essential services such as quality assurance program reviews, equipment testing, and radiation protection surveys for various medical imaging equipment. The contract has a guaranteed minimum value of $1,000.00 and a maximum value of $400,000.00, with specific requirements for contractor personnel qualifications and security protocols. Interested parties should contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov for further details and to ensure compliance with submission requirements.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    DA10--Bi-Directional Image/Report Exchange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to enhance the Veterans Health Administration's (VHA) imaging capabilities. The procurement aims to establish a national enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, ensuring secure and efficient management of clinically relevant medical imaging for veterans. This initiative is critical for improving access to medical imaging, facilitating seamless data exchange, and supporting advanced workflows, with stringent requirements for security, accessibility, and system performance. Interested parties must submit their responses by December 18, 2025, with questions due by December 5, 2025. For further inquiries, contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089.
    Radiopharmaceuticals for Temple Texas VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide radiopharmaceuticals for the Olin E. Teague VA Medical Center in Temple, Texas, through a short-term contract lasting six months. This procurement is critical for the Nuclear Medicine Department, as the radiopharmaceuticals are essential for medical imaging and therapeutic treatments for various carcinomas, with a total estimated procurement cost of $445,000. The urgency of this requirement is underscored by the short shelf-life of the products, necessitating timely delivery to ensure continuous patient care for veterans. Interested vendors can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 for further details.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    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.