Radiation Oncology Physician Services
ID: 36C25024Q0346Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Offices of Physicians (except Mental Health Specialists) (621111)

PSC

MEDICAL- RADIOLOGY (Q522)
Timeline
  1. 1
    Posted Oct 16, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 6, 2025, 3:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide Radiation Oncology Physician Services at the Dayton VA Medical Center, under solicitation number 36C25024Q0346_1. The contract will span from January 15, 2025, to January 14, 2030, and includes five 12-month ordering periods, requiring board-certified physicians to deliver both routine and emergency on-call services while adhering to established medical guidelines and credentialing standards. This procurement is vital for ensuring high-quality care for veterans, emphasizing the importance of compliance with federal regulations and performance expectations. Interested bidders should contact Jennifer Bowden at jennifer.bowden@va.gov or call 937-268-6511 X3041 for further details and to obtain the necessary documentation.

Point(s) of Contact
Files
Title
Posted
The document is a combined synopsis/solicitation for Radiation Oncology Physician Services at the Dayton VA Medical Center, through solicitation number 36C25024Q0346_1. The contracting office seeks quotes for primary and secondary on-site Radiation Oncology Physician services from qualified bidders. The contract will cover a period from January 15, 2025, to January 14, 2030, including five 12-month ordering periods. Key requirements include board-certified physician services, adherence to established medical guidelines, and credentialing standards. The document lays out detailed performance expectations, including workload, technical proficiency, and compliance with VA and federal regulations. The contractor must provide coverage for routine hours, as well as emergency on-call services, ensuring continuity of care. It delineates contractor responsibilities regarding patient safety, documentation, and mandatory reporting of incidents, while also defining the roles and qualifications of key personnel. Overall, the solicitation reflects the VA's commitment to maintaining high standards of care for veterans through rigorous oversight and qualification criteria for service providers.
The document is a combined synopsis/solicitation for Radiation Oncology Physician Services issued by the Department of Veterans Affairs for the Dayton VA Medical Center. The solicitation, numbered 36C25024Q0346, seeks qualified vendors to provide onsite radiation oncology services from December 2, 2024, to December 1, 2029, covering five 12-month ordering periods. Key responsibilities include providing board-certified radiation oncologists for patient evaluations, treatment plans, and management in compliance with established standards from professional organizations like the American College of Radiology and the American Society for Radiation Oncology. Contractors must ensure personnel availability and maintain credentialing in accordance with VA guidelines, ensuring compliance with various regulations and guidelines outlined in the Performance Work Statement (PWS). The contract covers payment through electronic invoicing, and strict qualifications regarding licensure, certification, and quality assurance are mandatory. This solicitation reflects the VA's commitment to providing high-quality, specialized healthcare to veterans, rigorously encompassing medical standards, patient safety, and operational efficiency.
Dec 31, 2024, 8:04 PM UTC
The Quality Assurance Surveillance Plan (QASP) establishes a framework for evaluating contractor performance on a government contract. It defines monitoring objectives, methods, roles, and documentation processes to ensure the contractor meets contract terms while remaining responsible for quality control. The Contracting Officer (CO) oversees adherence to requirements, while the Contracting Officer’s Representative (COR) manages technical administration and monitoring. Performance standards detail expectations for contractor services, reflecting on multiple quality metrics to facilitate consistent evaluations based on acceptable quality levels (AQL). Various surveillance methods, including direct observation and random sampling, are utilized to document contractor compliance. The final performance rating system ranges from "Exceptional" to "Unsatisfactory," providing a structured approach for assessment and corrective actions when standards are not met. The QASP is a dynamic document, subject to review and amendment, ensuring ongoing alignment with contract performance expectations. This comprehensive oversight aims to uphold accountability and improve service quality within the framework of government RFPs and grants processes.
The document outlines the stipulations regarding organizational conflicts of interest (OCI) applicable to contractors submitting offers to the government, specifically for the Veterans Administration. It emphasizes the necessity of maintaining impartiality in contract performance and preventing any unfair competitive advantages resulting from conflicting interests. Key points include the requirement for Offerors to disclose any past, present, or planned relationships that could create OCIs, including financial or organizational interests. The Contracting Officer may disqualify a Contractor if an OCI cannot be mitigated satisfactorily. Furthermore, failure to disclose relevant conflicts may lead to contract termination without liability to the government. Attached to the document is a certification statement that contractors must sign to affirm their key personnel have no relevant conflicts of interest or to provide a detailed explanation of any potential conflicts. This statement reinforces the government's commitment to transparency and fair competition in the bidding process, and its intent to protect the integrity of public contracts. Overall, the document serves as a vital guideline for contractors to ensure compliance with OCI regulations, safeguarding the interests of the government and the integrity of its contracting processes.
Dec 31, 2024, 8:04 PM UTC
This document outlines the Contractor Certification requirements related to compliance with the Immigration and Nationality Act of 1952, as amended, specifically focusing on ensuring that non-immigrant foreign nationals working for contractors providing services to the Department of Veterans Affairs are legally status-compliant. It states that contractors must not knowingly employ illegal aliens or non-immigrants who have violated their admission terms, and they must adhere to "E-Verify" regulations as per Executive Order 12989 and federal acquisition standards. Non-compliance could lead to the prohibition of the foreign national's work and the potential termination of the contract for breach. Additionally, it stipulates that contractors must obtain similar certifications from their subcontractors. This certification is crucial given its implications for legal accountability and adherence to federal regulations pertaining to workforce eligibility.
Dec 31, 2024, 8:04 PM UTC
This User Agreement outlines the rules and responsibilities for contractors accessing information assets under their service contracts with the Department of Veterans Affairs (VA). It emphasizes that contractors have no privacy expectations regarding their use of VA systems, as they are subject to monitoring and auditing by authorized personnel. Unauthorized access and manipulation of information are strictly prohibited and may incur legal penalties. The Agreement details a comprehensive set of behavior standards, including secure management of passwords, appropriate use of authorized systems, and adherence to data privacy directives. It mandates that contractors report security incidents, confirms that they must use only VA-approved IT resources for work, and restricts any personal usage of VA systems. Additional conditions specify limits on the use of non-VA technology and assert that subcontractors must comply with the same security requirements. The Agreement concludes with a statement indicating it does not create enforceable rights for litigation against the government. Contractors must sign and return the Agreement to the Contracting Officer's Representative (COR) to acknowledge acceptance of its terms, ensuring adherence to VA security protocols and safeguarding sensitive information.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6515--Software - Radformation Software Base +4, Ann Arbor
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Radformation, Inc. for specialized radiotherapy software, specifically the AutoContour Radiotherapy Automated Contouring Software and EZFluence Radiotherapy Automated 3D Planning Software. This procurement falls under the product service code 6515 and NAICS code 339112, highlighting the critical role of these software solutions in enhancing radiotherapy processes within the VA healthcare system. The contract is anticipated to be a firm fixed price with options for four additional years, and interested parties are advised that inquiries must be directed to the Contract Specialist, Brooke Hansen, via email, as phone inquiries will not be accepted. The deadline for responses is set for noon ET on May 28, 2025.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposals (RFP) for onsite Primary Care Physician Services within Veterans Integrated Service Network (VISN) 20. Contractors will be required to provide Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver quality primary care to VA beneficiaries across multiple facilities in the Northwest, including locations in Oregon, Washington, Idaho, and Alaska. This procurement is significant as it aims to enhance healthcare services for veterans, with a focus on meeting the American Board of Internal Medicine Guidelines. The acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with contracts expected to be awarded within 120 days of the proposal deadline, which is anticipated around May 15, 2025. Interested parties can reach out to Scott A. Reed at scott.reed2@va.gov or by phone at 509-321-1909 for further information.
CBOC Diagnostic X-Ray Service
Buyer not available
The Department of Veterans Affairs is seeking proposals for CBOC Diagnostic X-Ray Services at the Atlanta VA Medical Center located in Decatur, Georgia. The procurement aims to provide stationary digital radiology equipment and staffing with ARRT certified technologists to ensure secure transmission of imaging data across multiple VA Community Based Outpatient Clinics (CBOCs). This contract is crucial for maintaining high-quality imaging services for veterans, adhering to stringent federal regulations and infection control standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their offers by April 28, 2025, at 1:00 PM EDT, and can direct inquiries to Steven Timmons at steven.timmons@va.gov or by phone at 770-279-3403.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
Q999--Executive Order
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Professional and Allied Healthcare Staffing Services under solicitation number RFP-797-FSS-00-0115-R4. This procurement aims to secure temporary staffing solutions for various healthcare roles, including physicians, nurses, and therapists, to support government health facilities effectively. The services are critical for maintaining healthcare delivery within the Veterans Affairs system, ensuring that veterans receive timely and quality care. Interested contractors must submit their proposals by the specified deadlines, with the next submission due on March 19, 2030, at 12:00 PM Central Time. For inquiries, potential bidders can contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov or by phone at (708) 786-5816.
Y1DA--589A5-23-186 Renovate Space for Oncology
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of space for oncology at the Topeka Veterans Affairs Medical Center (VAMC) under solicitation number 36C25525Q0324. This Sources Sought Notice is intended for information gathering and does not constitute a formal request for proposals; it aims to identify capable contractors who can execute a project with an estimated cost between $1 million and $5 million. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the renovation in accordance with applicable standards, with a performance period of 310 days after the notice to proceed. Interested parties must submit their Capability Statements by April 30, 2025, to Tim Fitzgerald at timothy.fitzgerald@va.gov, and ensure they are registered in the System for Award Management (SAM) to be eligible for future solicitations, which are expected to be posted on May 1, 2025.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
Varian Linear Accelerator Service Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide service maintenance for the Varian Linear Accelerator at the Naval Medical Center San Diego (NMCSD). The procurement involves a non-personal services contract that requires the contractor to ensure the operational reliability of the radiotherapy systems by performing preventive and corrective maintenance, emergency support, and compliance with regulatory standards, all while maintaining a minimum uptime rate of 97%. This contract is crucial for ensuring the reliability and functionality of essential medical equipment in the provision of healthcare services. Interested parties must submit their quotes by 10:00 AM PST on May 6, 2025, and direct any inquiries to Dernell Wade at dernell.w.wade.civ@health.mil.
X1DB--Radiation Therapy VA Clinic at Kansas City Lease 36C25525R0016
Buyer not available
The Department of Veterans Affairs is seeking proposals for the lease of a Radiation Therapy Clinic in Kansas City, under Request for Lease Proposal (RLP) No. 36C25525R0016. The procurement aims to secure a facility that meets specific architectural and operational criteria, providing between approximately 15,786 and 17,759 usable square feet, with a focus on modern construction standards, accessibility, and stringent security measures. This clinic will play a crucial role in delivering essential healthcare services to veterans, ensuring compliance with federal regulations and safety standards throughout its operation. Proposals are due by May 16, 2025, and interested parties should contact Contracting Officer Jan Carlson at jan.carlson@va.gov or 913-946-1136 for further details.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.