6525--VA NAC Radiation Therapy Equipment Systems and Accessories
ID: 36H79725R0004Type: Combined Synopsis/Solicitation
AwardedSep 2, 2025
$9.8M$9,800,000
AwardeeACCURAY INCORPORATED MADISON 53717-1954
Award #:36H79725D0002
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNAC HIGH TECH CONTRACTING (36H797)HINES, IL, 60141, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004) issued by the National Acquisition Center (NAC). This procurement aims to establish multiple contracts for a five-year base period with an option for an additional five years, focusing on high-tech medical equipment essential for providing radiation therapy services to veterans. The solicitation includes requirements for various systems such as linear accelerators and treatment planning systems, with a guaranteed minimum order of $4,000 over the contract period. Interested vendors must submit their proposals electronically by May 2, 2025, at 12:00 PM CT, and can direct inquiries to Contract Specialist Taiye Adebowale at Taiye.Adebowale@va.gov.

    Point(s) of Contact
    Taiye AdebowaleContract Specialist
    Taiye.Adebowale@va.gov
    Files
    Title
    Posted
    This document, Amendment A0001 to Solicitation 36H79725R0004 issued by the Department of Veterans Affairs, incorporates significant changes and updates to clauses, primarily driven by VA Class Deviations from Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) related to Executive Orders 14173, 14168, and 13899. Key revisions include the removal of specific FAR clauses (52.222-21 and 52.222-26), the reservation of certain paragraphs within FAR clauses 52.204-8, 52.212-3, 52.212-5, and 52.244-6, and the insertion of VAAR 852.222-71 on Compliance with Executive Order 13899. The amendment also includes responses to questions, updates to EPA clause language, and detailed guidelines for economic price adjustments based on changes in contractor list prices. This includes strict protocols for both downward and upward adjustments, outlining submission requirements, benchmarks, and annual ceilings for price increases. The overarching purpose is to align the solicitation with new regulatory requirements and provide clarity on pricing mechanisms.
    Amendment A0002 updates Request for Proposal (RFP) 36H79725R0004, issued by the National Acquisition Center (NAC) for Radiation Therapy Systems and Accessories for the Department of Veterans Affairs. This solicitation, prepared under FAR subpart 12.603, seeks to award multiple contracts for a five-year base period and a five-year option. The NAICS code is 334517. The closing date for proposals is May 2, 2025, at 12:00 PM CT. The amendment includes submission instructions, responses to questions (attachment #10), and highlighted changes within the solicitation. The Government retains the right to cancel the solicitation. Ms. Taiye Adebowale (Taiye.Adebowale@va.gov) is the point of contact.
    Amendment A0002 revises Request for Proposal (RFP) 36H79725R0004, issued by the National Acquisition Center (NAC) for Radiation Therapy Systems and Accessories for the Department of Veterans Affairs. This solicitation, prepared under FAR subpart 12.603, seeks multiple contracts for a five-year base period and a five-year option period. The applicable NAICS code is 334517. The deadline for proposal submissions is Friday, May 2, 2025, at 12:00 PM CT. An attachment (Amendment #10) addresses all questions received, and other changes are highlighted within the solicitation. The Government reserves the right to cancel the solicitation. Ms. Taiye Adebowale (Taiye.Adebowale@va.gov) is the point of contact.
    This government solicitation, 36H79725R0004, from the Department of Veterans Affairs National Acquisition Center (VA NAC) and Defense Logistics Agency (DLA) Troop Support, outlines a Multiple Award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Radiation Therapy Equipment Systems. The contract covers linear accelerators, simulators, treatment planning systems, upgrades, installation, maintenance, and training. It details contract administration, ordering procedures, delivery requirements (CONUS and OCONUS), and payment terms, including interim payments for installations. Key aspects include a one-year warranty, operator training, provision of state-of-the-art hardware and software updates, and strict protocols for product recalls. Pricing requirements necessitate detailed price books and supporting documentation for fair and reasonable price determinations, with a guaranteed minimum order of $4,000 for contractors over a 10-year period (five-year base and five-year option).
    This document is an amendment to the previously issued combined solicitation (RFP 36H79725R0004) for Radiation Therapy Systems and Accessories by the Department of Veterans Affairs (VA), specifically from the National Acquisition Center (NAC). The solicitation is structured as a five-year base period followed by an optional five-year extension, with the intent to award multiple contracts under the applicable NAICS code 334517. The updated response deadline for proposals is set for May 2, 2025, at 12:00 PM CT. Interested parties may contact Contracting Officer Taiye Adebowale for inquiries. The amendment mentions that revisions and responses to questions are included in the referenced attachment, and the government retains the right to cancel the solicitation at any point. This procurement aims to meet the needs of the VA for high-tech medical equipment in radiation therapy, ensuring high-quality service delivery to veterans.
    The Department of Veterans Affairs (VA) is issuing a Request for Proposal (RFP) for a combined solicitation regarding Radiation Therapy Systems and Accessories. This document outlines a ten-year contract consisting of a five-year base period and a five-year option period, focusing on acquiring radiation therapy equipment and services. Multiple contracts are anticipated, with the primary objective to supply a range of systems including linear accelerators, treatment planning systems, and maintenance services. The solicitation specifies that all proposals must be submitted by April 11, 2025. The contracting officer, Taiye Adebowale, is designated as the point of contact for inquiries, with a deadline for questions set for March 19, 2025. The document details contract administration, obligations regarding product performance, warranty terms, and payment procedures, alongside conditions for pricing justification and maintenance service provisions. The VA emphasizes the need for compliance with federal standards, efficient purchasing protocols, and a commitment to ensuring the quality and operational readiness of the awarded systems. This solicitation underscores the VA's commitment to provide cutting-edge medical technology to enhance healthcare delivery for veterans while ensuring regulatory compliance and safeguarding public investment.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, aimed at updating contract clauses in compliance with recent executive orders and the Federal Acquisition Regulation (FAR). The amendment extends the deadline for offer submissions and includes significant modifications to existing solicitation provisions and contract clauses. Key updates involve the removal of certain clauses, inclusion of revised representations and certifications, and the addition of a compliance clause for Executive Order 13899 on combating anti-Semitism. The document further delineates economic price adjustments, including upward and downward price adjustments for contracted supplies, stipulating procedures and benchmarks for contractors to follow. It emphasizes that any proposed price adjustments must be justified and documented, adhering to prescribed limits. The overall purpose is to ensure regulatory compliance while enhancing transparency and fair bidding practices in government acquisitions. This amendment facilitates structured contractor engagement and reflects the ongoing evolution of procurement policies within federal systems.
    The document pertains to Request for Proposals (RFP) 36H79725R0004, issued by the National Acquisition Center (NAC) of the Department of Veterans Affairs for the procurement of Radiation Therapy Systems and Accessories. This solicitation includes a five-year base contract period with an optional extension of five years, intending to award multiple contracts. The amendment, A0002, alters proposal submission instructions and updates the solicitation's closure date to May 2, 2025, at 12:00 PM CT. The procurement falls under the NAICS code 334517 and highlights the government's right to cancel the solicitation at any time. For further inquiries, proposals should be directed to Ms. Taiye Adebowale via her provided email address. The document serves as a crucial guide for potential vendors interested in supplying medical equipment to the VA, ensuring compliance with specific submission protocols.
    The document pertains to Request for Proposals (RFP) 36H79725R0004, issued by the National Acquisition Center (NAC) of the Department of Veterans Affairs for the procurement of Radiation Therapy Systems and Accessories. This solicitation includes a five-year base contract period with an optional extension of five years, intending to award multiple contracts. The amendment, A0002, alters proposal submission instructions and updates the solicitation's closure date to May 2, 2025, at 12:00 PM CT. The procurement falls under the NAICS code 334517 and highlights the government's right to cancel the solicitation at any time. For further inquiries, proposals should be directed to Ms. Taiye Adebowale via her provided email address. The document serves as a crucial guide for potential vendors interested in supplying medical equipment to the VA, ensuring compliance with specific submission protocols.
    The document is a Combined Synopsis/Solicitation Notice issued by the Department of Veterans Affairs (VA) for Radiation Therapy Equipment Systems and Accessories. It invites proposals for a long-term contract covering a base period of five years, with the option for another five-year period. The procurement aims to acquire a range of radiation therapy equipment, including linear accelerators, treatment planning systems, and maintenance services, primarily for VA and Defense Logistics Agency customers. The solicitation outlines the process for submission, including deadlines for questions and proposals, and provides detailed guidelines on contract administration, pricing, warranties, and acceptance of equipment. Key stipulations include that contractors must offer competitive pricing, maintain equipment availability, and provide necessary training and service during warranty periods. A minimum order value guarantee of $4,000 is established for contractors, and multiple contracts are expected to be awarded. This solicitation highlights the VA's focus on enhancing healthcare capabilities for veterans through reliable and advanced medical equipment, indicating the long-term commitment to quality care and support for military personnel through necessary medical advancements.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for Radiation Therapy equipment and related services. It details the requirements for supplying and maintaining a variety of radiation therapy systems, including linear accelerators and other specialized equipment. The acquisition is set as unrestricted, encouraging participation from diverse businesses, including small and veteran-owned enterprises. Contractors will be responsible for delivering equipment and providing associated services such as installation, maintenance, and training. The contract includes a guaranteed minimum purchase amount, with an emphasis on compliance with various regulations and the need for operational and performance reliability. The document specifies the administrative processes for contract management, submission guidelines for proposals, delivery terms, and quality assurance measures, including inspection and acceptance procedures. Additionally, it mandates the contractor's obligation for training, warranty provisions, and provisions for handling equipment recalls. Overall, the RFP serves to secure essential healthcare technology aimed at enhancing services for veterans, supporting various regulatory standards and the VA's commitment to quality care.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for Radiation Therapy equipment and related services. It details the requirements for supplying and maintaining a variety of radiation therapy systems, including linear accelerators and other specialized equipment. The acquisition is set as unrestricted, encouraging participation from diverse businesses, including small and veteran-owned enterprises. Contractors will be responsible for delivering equipment and providing associated services such as installation, maintenance, and training. The contract includes a guaranteed minimum purchase amount, with an emphasis on compliance with various regulations and the need for operational and performance reliability. The document specifies the administrative processes for contract management, submission guidelines for proposals, delivery terms, and quality assurance measures, including inspection and acceptance procedures. Additionally, it mandates the contractor's obligation for training, warranty provisions, and provisions for handling equipment recalls. Overall, the RFP serves to secure essential healthcare technology aimed at enhancing services for veterans, supporting various regulatory standards and the VA's commitment to quality care.
    The document outlines a solicitation by the Department of Veterans Affairs National Acquisition Center for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for radiation therapy systems and related services. The primary purpose is to supply and maintain various radiation therapy equipment, including linear accelerators and brachytherapy systems, for VA facilities and related organizations. It specifies requirements for proposals, delivery terms, payment processes, and warranty conditions. Key points include guidelines for submitting offers, contract administration, and the authorized entities to place orders, emphasizing compliance with federal regulations. The document also details the necessary qualifications for vendors, services to be provided, acceptable pricing structures, and criteria for evaluating proposals. Additionally, it mandates a minimum order amount and outlines procedures for item additions and deletions under the agreement, ensuring that all equipment remains state-of-the-art and sustainable for a decade. Overall, this RFP serves to establish a structured procurement process, ensuring the acquisition of quality radiation therapy equipment while adhering to federal standards and regulations.
    The Joint VA / DoD DICOM Conformance Requirements for Digital Acquisition Modalities (Version 3.0, 2005) outlines essential standards for digital imaging equipment purchased by the Department of Veterans Affairs (VA) and Department of Defense (DoD). This document aims to ensure interoperability between imaging modalities and government hospital information systems (HIS) like VistA Imaging and CHCS II. It specifies mandatory and optional Digital Imaging and Communications in Medicine (DICOM) functionalities, Service-Object Pair (SOP) class support, and IHE (Integrating the Healthcare Enterprise) profiles for various clinical specialties, including radiology, dental, and ophthalmology. Key requirements address Modality Worklist (MWL) queries (patient-based and broad), image storage attributes, unique identifiers (UIDs), and communication protocols. The document also details specific guidelines for handling disk-full scenarios, attribute requirements for image headers, and the necessity of testing modalities prior to procurement to ensure compliance and patient safety. This unified approach, combining VA and DoD requirements, emphasizes the federal government's commitment to standardized health information exchange.
    The document, titled "ATTACHMENT 10 - SOLICITATION QUESTION MATRIX," outlines the process for prospective offerors to submit questions regarding a solicitation. It specifies that questions must be sent to Ms. Taiye Adebowale at Taiye.Adebowale@va.gov and Ms. Leah Boyd at Leah.Boyd2@va.gov. A critical requirement for question submission is the inclusion of a reference, detailing the document, page number(s), and specific section; questions without a reference will not receive an answer. The deadline for submitting questions is March 24, 2025, at 12:00 PM CT. The matrix also includes sections for the government's response to questions and any resulting changes to the Request for Quotation (RFQ).
    The VA Form 10091 is essential for establishing or updating vendor records to process electronic payments in compliance with federal regulations (31 CFR Part 208). Vendors, including commercial entities, individuals, and veterans, must complete this form to register as new vendors or update existing information. The form requires detailed information across four sections: VA Facility Information (for internal use), Payee/Vendor Information (including SAM registration details, UEI, and tax identifiers), EFT/ACH details (bank name, routing, and account numbers), and an Authorized Representative's certification. Specific instructions are provided for new and existing vendors, especially concerning SAM registration and banking changes. The form emphasizes the importance of accurate data and includes a warning about the legal consequences of providing false information.
    The "Discount & Pricing Information Worksheet" is a crucial government document for vendors responding to RFPs, grants, and state/local solicitations. It requires detailed disclosure of pricing strategies, discounts, and customer classifications. Vendors must identify their marketing category, the basis for their offer (e.g., manufacturer's pricelist), and the type of discount offered. A significant portion of the document focuses on transparency regarding discounts provided to various customer classes, including Most Favored Customers (MFC), Absolute Best Priced Customers (ABPC), Best Committed/Uncommitted Customers, and Highest Priced Customers. Vendors must provide specific discount percentages, terms, and supporting documentation like invoices or GPO information for these customer types. Additionally, the worksheet requests information on commercial guarantees (warranties), installation and instruction provisions, and shipping terms, comparing them to the solicitation's requirements. The aim is to ensure fair and competitive pricing, allowing the government to evaluate offers against vendors' commercial practices.
    This document, "Medical Marking Standard No. 1D," outlines the comprehensive marking requirements for contractor/vendor-originated shipments of medical materials for both military and commercial packaging. It details various marking elements, including identification data (NSN, CAGE code, part number, item identification, quantity, unit of issue, contract/purchase order number, preservation method and date, gross weight, lot/control number, and shelf life markings), bar codes, and destination address labels (military shipping label and commercial shipment label). The standard also covers specific marking requirements for hazardous materials, protected cargo, temperature-sensitive products, and items requiring special handling. It provides English-Metric conversions for various measurements and specifies acceptable abbreviations, marking methods, and sizing for different packaging levels (unit, intermediate package, exterior shipping container, and unitized load). A recent revision removed the requirement for passive Radio Frequency Identification (pRFID) tags due to the adoption of more cost-effective technologies. The document emphasizes legibility, durability, and adherence to applicable government and non-government regulations and publications.
    The provided government file outlines a detailed process for contractors to submit modification requests for federal contracts, specifically addressing product changes, additions, or deletions. It emphasizes comprehensive documentation for pricing and discounts, requiring information such as Manufacturer Part Number, Dealer/Distributor Part Number, Country of Origin, Unit of Sale, Manufacturer, and detailed descriptions. The document also specifies the submission of pricing details including List Price, Discount Percentages, Minimum and Maximum Discounts, and Net Prices. Critical supporting documentation, such as invoices, GPO pricing, or commercial customer quotes, is mandated to substantiate proposed pricing. For items without these, contractors must provide details of similar or replacement items and a 'Reasonableness Note' explaining any price differences. The file stresses the importance of an updated Commercial Price List for all requested changes. This structured approach ensures transparency, accuracy, and justification for all contract modifications, aligning with federal procurement standards.
    The document is a form for government contractors to provide contact information for primary and alternate points of contact for contract administration and quoting. It also requires vendors to specify which radiation therapy (RT) systems, sub-systems, and accessories they offer and will provide quotes for, including various types of linear accelerators, treatment planning systems, and brachytherapy systems. The form is designed to streamline the process of identifying and contacting vendors for specific radiation therapy equipment and services within federal, state, and local government RFPs.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and a specified company outlines the requirements for handling Protected Health Information (PHI) under HIPAA and HITECH regulations. The agreement defines terms like Breach, Business Associate (the company), and Covered Entity (VHA), and details the scope of services where the company will receive and use PHI on VHA's behalf. Key provisions include the company's obligations to safeguard PHI, report incidents and breaches promptly, provide written reports, mitigate harm, and ensure subcontractors comply with similar restrictions. The BAA also specifies the company's responsibilities regarding individual access, amendment, and accounting of PHI requests, and mandates the return or destruction of PHI upon contract termination. VHA's obligations include not requesting impermissible PHI uses and promptly notifying the company of any restrictions or changes affecting PHI handling.
    This government file, document 36H79725R0004, outlines the comprehensive information and information system security and privacy requirements for contractors working with the Department of Veterans Affairs (VA). It details federal laws, regulations, and VA directives that contractors and their personnel must adhere to. Key areas covered include the government's unlimited rights to data and intellectual property produced under contract, strict rules for the use and protection of VA information, and the necessity of encryption for sensitive data. The document also specifies requirements for contractor access to VA information systems, mandatory security training, and protocols for reporting and investigating security incidents. Additionally, it addresses specialized devices, data center provisions, and consequences for non-compliance, such as liquidated damages for data breaches. This ensures the safeguarding of sensitive VA information and systems.
    This document, Attachment 9 (36H79725R0004), outlines the VA OIG's commercial pricing audit requirements for offerors participating in a federal program. The primary goal of these audits, which apply to offerors with annual sales exceeding $10 million (and potentially those below), is to ensure fair and reasonable pricing by verifying sales, marketing practices, commercial pricing, and discounts. Pre-award reviews aim to confirm the accuracy, completeness, and currency of vendor-provided information, verify proposed prices and discounts are at least as favorable as those offered to most-favored customers, identify any superior discounts given to other customers, and assess the accuracy of information related to trade-in, rebate, or incentive programs. To facilitate these audits, offerors may be required to provide extensive preliminary review materials, including electronic sales transactional data for all customers, reconciliation of sales data to financial statements, electronic price lists, written pricing and quoting policies, descriptions of special discounts and rebate programs, a ranked listing of largest customers, trade-in policies, organizational charts, and unredacted contracts and price lists for Group Purchasing Organizations.
    The Joint VA/DoD DICOM Conformance Requirements document delineates standards for digital acquisition modalities utilized by the Department of Veterans Affairs (VA) and Department of Defense (DoD). This comprehensive guide, last updated in September 2005, outlines mandatory functionalities necessary for interoperability between diverse imaging equipment and hospital information systems. It emphasizes essential DICOM services such as Modality Worklist Management, Storage, and Verification, which are critical to efficient clinical workflows across various specialties, including radiology and cardiology. The document serves multiple audiences, including government contracting specialists, vendors, and technical staff, ensuring clarity in compliance expectations for imaging systems in usage. It provides a detailed framework regarding the required and optional IHE profiles, along with specific SOP class support for compliance verification. Through ongoing collaboration, the VA and DoD aim to enhance patient care by facilitating the uniform implementation of imaging technologies, addressing past interoperability issues, and adhering to federal eHealth standards. This effort underscores the commitment of both agencies to improve healthcare delivery and operational efficiency within their healthcare systems.
    The document serves as a Solicitation Question Matrix for a federal grants and RFP process, specifically addressing inquiries from prospective offerors. Interested parties are instructed to submit their questions to designated contacts, Ms. Taiye Adebowale and Ms. Leah Boyd, by a specified deadline of March 24, 2025, at 12:00 PM CT. Offerors must reference the relevant document, including page numbers and sections, for their questions to be considered. The responses provided by the government will be documented, along with any modifications to the RFQ that arise from these responses. This structure highlights the importance of clear communication and clarification in the procurement process, ensuring that all parties have access to necessary information to participate effectively. The document reflects standard practices within federal and local grant and RFP management, focusing on transparency and collaboration between the government and prospective contractors.
    The VA Form 10091, the Vendor File Request Form, is designed to collect essential payment data from various vendors to establish or update their records for electronic payments in accordance with federal regulations. The form requires completion by an "Authorized Representative," signifying the legal authority to submit such information. Vendors must indicate whether they are new or updating existing records, providing necessary details such as Unique Entity Identifier (UEI), tax identification numbers, vendor type, and banking information. Key sections include Payee/Vendor Information, EFT/ACH banking details, and an area for the authorized representative’s certification. Compliance with the System of Awards Management (SAM) is mandatory for new vendors to ensure alignment in data processing. The form emphasizes the importance of accuracy, stating that incorrect information may delay processing. Additionally, it provides contact details for inquiries and outlines the legal implications under U.S. code for fraudulent statements. The completion of this form is pivotal for smooth financial transactions between vendors and the VA, facilitating efficient payment processing through the Automated Clearing House. Overall, the document reflects the VA’s structured approach to vendor management in the federal grant and RFP context.
    This document outlines the required Discount & Pricing Information for vendors submitting proposals in response to a federal solicitation. It specifies the necessary details that must be provided, including the vendor's marketing category (manufacturer or dealer), identification of the applicable pricelist, the type of discounts offered, and specific discount rates for various customer classes. Vendors must also disclose any additional discounts or concessions available to other customers and provide a detailed breakdown of pricing for the Most Favored Customer (MFC), Absolute Best Priced Customer (ABPC), and other classifications. Furthermore, the document requests guarantees, installation provisions, shipping terms, and total annual sales information. This comprehensive pricing structure aims to ensure transparency and competitiveness in government procurement, supporting the government’s goal of obtaining the best value for taxpayer money while fostering fairness among vendors.
    The Medical Marking Standard No. 1D outlines the marking requirements for contractor/vendor shipments of medical materials, applicable to both military and commercial packaging. It specifies essential elements including identification data, bar codes, destination labels, shelf life, lot numbers, and specific markings for hazardous materials. The document includes a detailed structure divided into sections covering scope, applicable documents, terminology, general requirements, and marking methods. Key points include the necessity for clear and legible markings in English, with requirements for military shipping labels on overseas shipments, and provisions for passive radio frequency identification (pRFID) tagging regulations. Additionally, the standard emphasizes accurate weight listings, preservation methods, handling directives, and compliance with various federal guidelines and standards. The document's purpose is to ensure that medical materials are identified and handled correctly during transportation and storage, maintaining safety and compliance across supply chains. The comprehensive guidance aims to streamline logistics for medical supply operations, reflecting the military's operational and regulatory framework supporting domestic and overseas missions.
    The document outlines a modification request for a federal contract identified by the contractor as INPUT VENDOR under Contract #: SPE2D1-20-D-00##. It details the requirements for submitting product change requests, including providing manufacturer and dealer part numbers, pricing details, discount percentages, and comparisons with existing items or invoices. The structure emphasizes components crucial for pricing assessments such as maximum and minimum net prices, commercial customer information, and justifications for product changes or deletions. It instructs on completing various columns such as the comparison of item pricing and rationales for pricing differences. Notably, there are repeated warnings regarding proper procedures for deletions due to embedded formatting conflicts. This document serves to standardize the submission of modifications in compliance with federal contracting processes, ensuring that all pertinent information for evaluation is thoroughly captured and structured appropriately for review. Overall, it reflects the government's need for an organized approach to managing contract modifications and ensuring reasonable price assessments within federal procurement.
    This government document outlines the requirements for vendors interested in submitting proposals or quotes related to radiation therapy systems and accessories. It specifies the need for a Primary Point of Contact (POC), who should be authorized to make contractual commitments on behalf of the vendor. The document includes fields for the vendor's name, primary POC details, and the types of radiation therapy modalities they can offer quotes on, such as linear accelerators, brachytherapy systems, and treatment planning systems, among others. It also allows for the inclusion of alternative POCs or additional contacts if necessary. Vendors are prompted to list any other relevant radiation therapy systems or accessories available. By gathering this information, the document aims to streamline the process of obtaining competitive quotes from vendors for various radiation therapy solutions in accordance with government procurement protocols.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and <COMPANY/ORGANIZATION> outlines the terms for handling Protected Health Information (PHI) in accordance with HIPAA and HITECH regulations. This agreement establishes that <COMPANY/ORGANIZATION> acts as a Business Associate, utilizing PHI solely for services outlined in their scope. PHI remains the property of the VHA, and any use or disclosure by <COMPANY/ORGANIZATION> must comply with minimum necessary standards set by the VHA. Responsibilities include safeguarding PHI, promptly reporting any breaches, and ensuring subcontractors maintain equivalent protections. The agreement details obligations of both parties, including the return or destruction of PHI upon termination of their relationship. The BAA also emphasizes the importance of compliance with HIPAA rules and mandates regular reviews every two years to ensure adherence. Overall, the document is structured to protect veterans' sensitive information while defining the framework for collaboration between the VA and <COMPANY/ORGANIZATION> in handling health data securely and lawfully.
    The document outlines security and privacy requirements for contractors involved with the VA, establishing comprehensive protocols to protect sensitive information and ensure compliance with federal regulations. It mandates that all contract personnel, including subcontractors, are subject to the same security laws as VA employees, specifically regarding the handling, transmission, and storage of VA data. Key stipulations include the requirement for unlimited government rights to data produced, extensive confidentiality measures, and the prohibition of unauthorized use of VA information. Contractors must conduct necessary audits, training, and immediately report any security incidents while adhering to specific VA directives regarding equipment handling and data destruction. It emphasizes the significance of encryption and secure transmission protocols, especially in regards to sensitive information. The document also delineates measures for accessing VA information systems, reinforcement of training requirements, and stringent conditions that must be met regarding specialized devices and data center operations to ensure secure connectivity to VA networks. Overall, this file serves to establish a clear framework for contractors as they engage with VA systems, emphasizing accountability, security, and adherence to established policies under federal grants and RFPs in governmental contracting.
    The federal document outlines audit requirements for government contractors with estimated annual sales related to the Department of Veterans Affairs (VA). Contractors with sales over $10 million must undergo a commercial pricing audit by the VA Office of Inspector General (OIG), while those below this threshold may also be audited at the discretion of the Contracting Officer (CO). The primary goal of these audits is to ensure fair pricing by verifying submitted cost and pricing data, including sales practices and discounts. A detailed pre-award review aims to confirm the accuracy of offered pricing and to ensure that government prices are favorable compared to the vendor's best commercial customers. Various required materials, including detailed sales data, financial reconciliations, price lists, and descriptions of pricing policies, are specified to facilitate this process. The document emphasizes the importance of providing comprehensive information for accurate comparative price analysis and compliance with contractual terms.
    This government file outlines the detailed requirements for submitting proposals, specifically focusing on the electronic submission process for federal government RFPs. Vendors must upload their proposals as a single ZIP file (or multiple ZIP files if exceeding 2 GB) to a specified Box link. All documents within the ZIP file must be unlocked, unprotected, searchable, and in Microsoft Word, Excel, or Adobe PDF format. The ZIP file name must match the vendor name and include the solicitation number (e.g., “Vendor Name, Inc. – 36H79725R0004 Radiation Therapy”). Following the upload, a confirmation email with the successful submission notice must be sent to Taiye.adebowale@va.gov. This email serves as the formal response, must be timestamped by the solicitation's closing, and titled “Vendor Name - Box Vendor Proposal: 36H79725R0004 Radiation Therapy.” Vendors are strictly prohibited from modifying or uploading new files after sending this email, as this could lead to disqualification. Additionally, proposals must adhere to a specific folder structure and naming convention for individual documents within the ZIP file (e.g., “Vendor Name_Cover Letter”). For submission requirements with multiple files, a dedicated folder should be created.
    The document outlines the proposal submission requirements for vendors responding to a specific government solicitation. Proposals must be uploaded as a single ZIP file to the designated Box platform, following specific formatting guidelines to ensure accessibility and ease of review. Vendors are advised to compress their files, keep them unlocked and searchable, and avoid submitting multiple attachments directly. The ZIP file should include a cover letter, agreement to terms, subcontracting plan, and potentially additional necessary documents organized in a prescribed folder structure. Submissions exceeding 2 GB require the creation of multiple ZIP files. After uploading, vendors must email a confirmation notice to the designated contact to formalize their response. Adhering to these detailed instructions is vital, as any deviation—such as modifying files post-submission—could result in disqualification from the award process. This meticulous approach reflects the structured nature of federal RFP processes aimed at ensuring fairness and transparency in vendor selection.
    This document addresses questions and clarifications from prospective offerors regarding the VA's Radiation Therapy Systems Program (RFP 36H79725R0004). Key topics include the ability to include service price books and terms, the partitioning of SGRT systems from Linear Accelerators, and clarification on item deletion policies. Offerors also sought guidance on providing estimated sales, understanding CPI calculations, and modifying clauses related to unscheduled IT audits and incident reporting timelines. Further questions pertained to annual price increases, vendor responsibilities for equipment service before warranty, renewable licenses, submission of systems in development, and compliance with DLA's Medical Marking Standard and BAA submissions. The government provided responses, confirming the allowance of separate price books for service, agreeing to partition SGRT systems, reiterating policies on item deletions and sales estimates, and clarifying that unscheduled audits and the one-hour incident reporting requirement are non-negotiable VA standards. They also clarified annual price adjustments, vendor responsibilities before warranty, and that DLA's marking standard does not apply to the VA.
    This document outlines a series of questions and government responses regarding RFP 36H79725R0004, focusing on radiation therapy systems. Key clarifications include allowing service price books, partitioning SGRT systems from Linear Accelerators, and strict rules against item deletions followed by price increases. The government requires detailed estimated sales projections and clarifies that unscheduled audits and a one-hour security incident reporting requirement are non-negotiable VA standards. Annual price increases up to 10% per line item are authorized under specific FAR clauses. The warranty period begins upon clinical commissioning, with vendors responsible for safe operations beforehand. Only final, complete, and FDA-approved systems can be submitted in the price book.
    This document addresses inquiries related to Solicitation 36H79725R0004, focusing on the provision of Radiation Therapy Systems by vendors to the VA. Key points include guidance for vendors on structuring their pricebooks, specifically regarding service and maintenance separation, and the clarification that Stereotactic Surface Guided Radiation Therapy (SGRT) Systems should be independent from Linear Accelerators in offerings. The government emphasizes no tolerance for item deletion followed by price increases. Vendors are to provide potential sales estimates, with detailed justification based on historical data. Clarifications on audits and IT security incident reporting timelines establish strict compliance expectations. Additionally, the document outlines terms for annual price adjustments and responsibilities regarding equipment servicing prior to warranty activation. The requirement for all submitted systems to be FDA approved is also highlighted. Overall, the document serves as a comprehensive guide for vendors on compliance requirements and operational expectations in the bidding process for government contracts.
    The document addresses inquiries from prospective offerors regarding the solicitation for Radiation Therapy Systems under the Government's RFP. Key points include questions about pricing structures, the inclusion of the SGRT product category, and clarification on item deletions, pricing increases, and reporting requirements for security incidents. The government has provided responses indicating allowable practices, such as the optional separation of service and maintenance pricing in booklets and limitations on item deletions to prevent unjustified price increases. Furthermore, potential sales estimates must be broken down by government agency, and issues surrounding IT compliance audits and licensing for third-party software are addressed. Offerors are also reminded that all offered systems must be complete and FDA-approved. The clarification emphasizes adherence to existing regulations and standards, particularly noting that the Department of Defense's Medical Marking Standard is not applicable to the VA. This document serves to guide vendors in aligning their proposals with federal requirements while enhancing clarity in the procurement process.
    Lifecycle
    Title
    Type
    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.
    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.
    J065--Varian Hardware & Software Full-scale PMI for ARIA & Eclipse Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a service contract to provide comprehensive support for Varian hardware and software, specifically for the ARIA and Eclipse systems, at the Veterans Affairs Medical Center in Los Angeles, CA. The contract aims to ensure optimal performance and reliability of critical Linear Accelerator (LINAC) systems, which are vital for delivering high-quality radiation oncology treatments to veterans. This procurement includes a base period from March 25, 2026, to March 24, 2027, with four additional one-year options, and proposals are due by December 29, 2025, at 17:00 MST. Interested parties should direct inquiries and submissions to Contract Specialists Jamie Elbedawi and Kyle Cipra via email, adhering to the specified guidelines and deadlines.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@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.
    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.
    J065--RSO Medical Physics Services KC Base YR 2/6/2026-2/5/2027 36C255-26-AP-0592
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking proposals for RSO Medical Physics Services at the Kansas City VA Medical Center and its Community-Based Outpatient Clinics. The procurement includes a range of services such as quarterly nuclear medicine audits, performance testing, equipment inspections, and emergency Radiation Safety Officer (RSO) coverage, requiring a board-certified or board-eligible Medical or Health Physicist. This contract, valued at approximately $19 million, is a total small business set-aside and covers a base year with four one-year options. Interested parties must submit their proposals by December 23, 2025, at 10:00 AM CST, and for further inquiries, they can contact Contract Specialist Paul Dixon at paul.dixon@va.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    H265--FY26 SERVICES - LINAC Validation and Commissioning for (1X) Brooklyn VA Medical Center in Brooklyn, NY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide LINAC Validation and Commissioning Services for the Brooklyn VA Medical Center in Brooklyn, NY. This opportunity involves a one-time contract for the commissioning of a new Varian Halcyon Linear Accelerator, requiring comprehensive services such as pre-commissioning review, beam data collection and validation, and treatment planning system commissioning. The work is scheduled for calendar year 2026 and must be completed within three months of contract award. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other qualified small businesses, must submit their responses, including company information and capability statements, by December 18, 2025, at 3:00 PM EST to the Contract Specialist, Julie Monagan Barnard, at julie.monaganbarnard@va.gov.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.