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, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.

    Point(s) of Contact
    Karen BattieContracting Officer
    karen.battie@va.gov
    Files
    Title
    Posted
    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
    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.
    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.
    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.
    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.
    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.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    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--NEUROQUANT SOFTWARE ANNUAL SUBSCRIPTION B+4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual subscription to NeuroQuant Software, or an equivalent product, specifically for the VA Long Beach Healthcare System. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide an FDA-cleared imaging solution for automated brain structure analysis from MRI images, which includes quantitative measurements and technical support. The contract will cover a base year from February 12, 2026, to February 11, 2027, with four additional option years, and requires delivery within 90 days after receipt of order. Interested vendors must submit their written offers and specification sheets via email to Israel Garcia at israel.garcia2@va.gov by December 5, 2025, at 12:00 PM PST, adhering to all VA compliance requirements.
    DA10--Bi-Directional Image/Report Exchange
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified vendors for a Bi-Directional Image/Report Exchange System to support the Veterans Health Administration (VHA). This initiative aims to establish an enterprise imaging system that integrates with existing electronic health records (EHRs) and community care referral systems, facilitating the management and secure exchange of clinically relevant medical imaging data. Key requirements include on-demand access, AI support for workflow, stringent security measures, and a commitment to 99.99% uptime, with responses due by December 18, 2025, and questions accepted until December 5, 2025. Interested parties should contact Contract Specialist Laura Startek at Laura.Startek@va.gov or 848-377-5089 for further details.
    W023--MRI Trailer Lease
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes 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 and trailer, which must meet defined technical specifications. The MRI trailer is crucial for enhancing diagnostic capabilities and patient care at the facility, with the VA providing necessary support such as parking, power, and MRI technologists. Interested parties must submit their proposals by December 17, 2025, at 12:00 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.