Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
ID: 36C25626Q0022Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3,100,000, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate medical diagnoses, adhering to stringent standards set by the VA and other regulatory bodies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 6, 2026, at 2:00 PM CST, and can contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further information.

    Point(s) of Contact
    Karen BattieContract Specialist
    Karen.Battie@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C25626Q0022 addresses questions from potential offerors for teleradiology services for the Department of Veterans Affairs. Key details include estimated daily exam volumes for weekends/holidays (22 exams from 6 AM-6 PM, 14 after hours) and weekdays (110 X-rays, 27 CTs, 11 US, 10 MRI), with approximately 23% of CT and 24% of CTA exams being Abdomen & Pelvis. The Nonmanufacturer Rule does not apply as the solicitation is for professional services, not physical products. The VA will not consider alternative CLIN structures (FTE vs. Per Click) due to the need for 24/7 coverage. There is no flexibility for after-hours/weekend STAT cases. This is a new requirement with no incumbent. The document also clarifies requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) eligibility, Joint Venture agreements, and subcontracting plans, emphasizing that Contracting Officers will conduct responsibility determinations in accordance with federal and VA regulations. The evaluation of this requirement will now fall under FAR 12 (12.203 for evaluation and 12.204 for award) as of December 15, 2025.
    This document is Amendment 0002 to Solicitation 36C25626Q0022 for Teleradiology Services at VHSO-Fayetteville, AR, issued by the Department of Veterans Affairs. The primary purpose of this amendment is to extend the quote submission due date. The original deadline of December 17, 2025, has been extended to January 6, 2026, at 2:00 pm CST. All other terms and conditions of the original solicitation remain unchanged. The amendment also specifies procedures for offerors to acknowledge receipt of this change, emphasizing that failure to do so by the new deadline may result in the rejection of their offer. This ensures that potential contractors are aware of the revised timeline for submitting their proposals.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for SDVOSB competitive VHSO Teleradiology Services. This upcoming solicitation, 36C25626Q0022, will be posted on SAM.gov on or before December 1, 2025, with a response deadline of December 1, 2025, at 2:00 PM Central Time. The services required are professional teleradiology clinical services for radiology examinations across five VHSO sites: Fayetteville AR, Fort Smith AR, Harrison AR, Springfield MO, Branson MO, and Joplin MO. The contracting office is located in Shreveport, LA, and Karen Battie is the point of contact.
    The Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16), has issued a Sources Sought Notice (36C25626Q0022) to identify qualified contractors for professional teleradiology services at the Fayetteville, AR, location of the South Louisiana Veterans Health Care System (SLVHCS). This is not a solicitation for proposals but rather market research to assess potential sources. The VA seeks U.S.-based corporations capable of providing off-campus film interpretation, including immediate communication of STAT and critical results, via their secure teleradiology network. Services must be performed by board-certified Radiologists and include all necessary personnel, equipment, telecommunication, supplies, and supervision. Interested contractors must submit company information, GSA/FSS contract numbers (if applicable), socio-economic status, and capability statements by October 7, 2025, at 2:00 PM CT to karen.battie@va.gov.
    This government solicitation, 36C25626Q0022, from the Department of Veterans Affairs, Network Contracting Office 16, outlines requirements for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, AR. The contract is a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement with a one-year base period and no option years, with a guaranteed minimum of $1,000.00 and a ceiling of $3,000,000.00. The services include off-site interpretation of X-Ray, Ultrasound, Computed Tomography, CT Angiography, and Magnetic Resonance Imaging readings, along with technology setup and troubleshooting. All services must be performed within the United States by Board Certified or Board Eligible Radiologists. The document details extensive security, privacy, and credentialing requirements for contractors and their personnel, including compliance with VA Directives, HIPAA, FISMA, and NIST standards. Key personnel must undergo specific training and background checks, and all information systems must meet stringent security controls. Liquidated damages are specified for data breaches involving sensitive personal information. The solicitation also includes various FAR and VAAR clauses governing contract terms, administration, and protest procedures.
    This Quality Assurance Surveillance Plan (QASP) for RFQ 36C25626Q0022 outlines the systematic method for evaluating contractor performance. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control and the government's role in objective evaluation. Key government personnel include the Contracting Officer (Karen Battie) and the Contracting Officer’s Representative (Lisa Bujarski). Performance standards are based on contract terms, with surveillance methods including direct observation, periodic inspections, user complaints, random sampling, and contractor-provided documentation. The plan includes a performance report template with specific measures for timeliness, quality, communication, personnel qualifications, licensing, training, and HIPAA compliance. Contractor performance will be rated using CPARS (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory), with detailed criteria for each. Performance documentation, including Contract Reports (CRs) for deficiencies, will be used for contractual actions and past performance assessments. The QASP is a 'living document,' subject to revisions coordinated with the contractor.
    ATTACHMENT D.2, titled "Past Performance References," is an integral part of the Teleradiology Request for Quotation (RFQ) 36C25625Q0022. This document is a template for prospective contractors to provide detailed information on up to three past performance references. For each reference, the contractor must specify the name and address of the government or commercial organization, the contract number, and a brief description of the work performed. Key details include whether the contractor acted as a prime or sub-contractor, the dates of performance, and the total cost of the contract. The form also requires disclosure of any award, incentive, or deduction, and critically, any terminations for cause or default with a brief explanation if applicable. Contact information for a Point of Contact/COR, including their title, telephone number, and email address, is mandatory. A section for additional comments is also provided. This attachment is crucial for evaluating a bidder's past performance and their ability to successfully execute similar contracts.
    The Department of Veterans Affairs (VA) Handbook 6500.6, Appendix D, outlines the Contractor Rules of Behavior, establishing the terms and conditions for contractor access to VA data, information systems, and sites. Contractors must consent to monitoring and reviews by VA staff and law enforcement, understanding there is no reasonable expectation of privacy. Unauthorized attempts to access, modify, or misuse federal government systems are prohibited and can lead to criminal, civil, or administrative penalties. Contractors must comply with VA security and data privacy directives, report security incidents, and adhere to specific rules for system usage, data protection, password management, and authorized software. Personal use of VA systems is prohibited, and sensitive information must be protected using FIPS 140-2 validated encryption. Additional conditions apply to the use of non-VA IT resources, including restrictions on remote access from public computers and dual network connections. Subcontractors are bound by the same security requirements. This agreement emphasizes the importance of knowledgeable users in maintaining information security and clarifies that it does not create any additional rights enforceable by law against the U.S. Government.
    ATTACHMENT D5 outlines the Contractor Certification for compliance with U.S. immigration laws when providing services to the Department of Veterans Affairs (VA). Contractors must adhere to the Immigration and Nationality Act of 1952, related laws enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Key requirements include not knowingly employing or subcontracting with illegal aliens or non-immigrant foreign nationals who violate their status. Additionally, contractors must comply with "E-Verify" requirements as per Executive Order 12989 and applicable Federal Acquisition Regulations. Failure to comply may result in the prohibition of foreign nationals from working on VA-related services and could lead to contract termination for breach. Contractors are also required to obtain similar certifications from their subcontractors. This certification emphasizes strict adherence to immigration laws and warns against false certifications, which may lead to prosecution under 18 U.S.C. 1001.
    The VHA Teleradiology Handbook, issued March 8, 2005, outlines procedures for establishing and managing teleradiology services within VA medical centers, with other federal agencies, community facilities, and contractors. It details appropriate outsourcing, supervision, interpretation standards, and the availability of consultations and reports. Key aspects include medical record storage, professional qualifications, liability, and performance monitoring. The handbook also covers workload capture, security, privacy, equipment specifications, and requirements for teleradiology agreements. It emphasizes adherence to federal laws, VA regulations, and VHA policies, particularly regarding patient privacy and data security. The document highlights the roles and responsibilities of medical center directors, chiefs of staff, radiology service chiefs, and teleradiologists to ensure coordinated and compliant teleradiology services.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) limitations on subcontracting for service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs). This regulation, applicable to federal government RFPs, requires offerors to certify compliance with specific subcontracting limits based on contract type: 50% for services, 85% for general construction, and 75% for special trade construction. These percentages represent the maximum amount that can be paid to non-certified SDVOSB/VOSB firms. The certification acknowledges the severe penalties for false claims, including criminal prosecution and debarment. Contractors must provide documentation to the VA upon request to demonstrate compliance throughout the contract period. Failure to submit the required certification with the offer will result in disqualification.
    The Department of Veterans Affairs (VA) Network Contracting Office 16 is soliciting proposals for Teleradiology Clinical services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, AR. This fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract, with a ceiling of $3,100,000.00 and a guaranteed minimum of $1,000.00, will cover a one-year performance period from January 2, 2026, to December 31, 2026. The contractor will provide off-site interpretation of X-Ray, Ultrasound, Computed Tomography, CT Angiography, and Magnetic Resonance Imaging studies, including technology setup. Services must adhere to VA, American College of Radiology, and Joint Commission standards, requiring board-certified or board-eligible radiologists. Key requirements include credentialing, privileging, compliance with HIPAA, and timely reporting (routine within 24 hours, STAT within 60 minutes). The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with specific clauses covering contract administration, invoicing, and contractor responsibilities.
    Similar Opportunities
    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.
    TELERADIOLOGY PHYSICIAN SERVICES REQUEST FOR INFORMATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from vendors capable of providing teleradiology physician services to support its National Teleradiology Program (NTP). The objective is to address staffing shortages and meet the demand for interpreting approximately 138,000 diagnostic imaging exams annually, including CT, MRI, X-rays, and ultrasounds, primarily during after-hours. This initiative is crucial for maintaining high-quality healthcare services across over 130 VA facilities, ensuring compliance with American College of Radiology standards and VA security regulations. Interested parties must submit their responses to the Request for Information (RFI) by January 16, 2026, at 12:00 PM ET, to the designated contacts, Tawana M. Young and Cristine Carmody, via email.
    Teleradiology Services for the Augusta VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Augusta VA Health Care System, specifically seeking Board Certified/Board Eligible Radiologists and Nuclear Medicine Physicians. The contract, under requisition number 36C24726Q0170, aims to provide diagnostic interpretation and reporting services over two ordering periods from April 1, 2026, to March 31, 2028, with an estimated maximum value of $9.5 million. These services are crucial for maintaining high standards of patient care and must comply with American College of Radiology Guidelines, TJC, and VA standards, while ensuring contractors manage qualified personnel and adhere to extensive credentialing and training requirements. Interested parties should contact Matthew Durden at matthew.durden@va.gov or Jason Compton at jason.compton1@va.gov for further details.
    RFP-797-655A-03-0001-R6: 65VA X-Ray Equipment & Supplies
    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, specifically identified as RFP-797-655A-03-0001-R6. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at providing essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation is open and continuous, allowing new offers to be submitted at any time, with contract performance expected to commence upon award and last for five years unless otherwise modified. Interested parties can reach the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    Q502--691 | Cardiovascular Technology Staffing SBAR Request Approval #21873 Received (FY26)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Cardiovascular Technologist Staffing services for the VA Greater Los Angeles Healthcare System. The procurement requires the staffing of a minimum of seven ARDMS-certified Cardiovascular Technologists, who will assist cardiologists and perform various diagnostic tests, with a focus on catheterization and electrophysiology lab procedures. This contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum value of $7 million, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a performance period from February 1, 2026, through January 31, 2031. Interested parties must submit their quotes by January 8, 2026, and direct any inquiries to Contracting Officer Bill Cook at william.cook2@va.gov or 602-795-4289.
    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.
    W023--MRI Trailer Lease Amendment Change of Period of Performance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement aims to secure a one-year base lease with four optional one-year extensions, requiring the contractor to provide, install, maintain, and train staff on the MRI unit, which must meet specific technical standards. The leased equipment is crucial for enhancing medical imaging capabilities and patient care within the VA healthcare system. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 16, 2026, at 12 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of a 1.5T MRI machine at the Durham VA Health Care System, under solicitation number 36C24626B0001. The project involves extensive demolition and construction, including the installation of specialized Radio-Frequency (RF) shielding, HVAC modifications, and electrical upgrades to ensure the new MRI system's functionality and safety. This upgrade is crucial for enhancing medical imaging capabilities and maintaining high standards of care for veterans. Interested bidders must submit their proposals by January 6, 2026, with a project completion timeline of 250 calendar days post-award, and can direct inquiries to Contract Specialist Michael R. Proctor at Michael.Proctor2@va.gov.
    Q402--RFP- CONTINUOUS CNH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide nursing home services for eligible Veterans in Central Arkansas. The contract aims to deliver comprehensive care, including medical, nursing, and psychosocial support, while ensuring compliance with Medicare and Medicaid standards, and emphasizes timely patient placements and quality oversight. This procurement is crucial for maintaining high-quality healthcare services for Veterans, with specific performance standards outlined in the Medicaid Quality Assurance Surveillance Plan (QASP) to monitor contractor performance. Interested contractors can contact Karen Battie, the Contract Specialist, at Karen.Battie@va.gov for further information, with a funding requirement of $750,000.00 under VAR 852.237-70, and all proposals must adhere to the updated solicitation guidelines.