H965--Diagnostic Imaging Survey & Reporting services for Orlando VAHCS
ID: 36C24825Q0104Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

OTHER QC/TEST/INSPECT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (H965)
Timeline
  1. 1
    Posted Nov 12, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 19, 2024, 12:00 AM UTC
  3. 3
    Due Nov 29, 2024, 4:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors to provide Diagnostic Imaging Survey and Reporting services for the Orlando VA Healthcare System. The procurement involves annual inspections and testing of various medical radiographic equipment, including dose calibrators and X-ray systems, ensuring compliance with standards set by the American College of Radiology (ACR), American Association of Physicists in Medicine (AAPM), The Joint Commission (TJC), and Veterans Health Administration (VHA). This contract is crucial for maintaining the safety and efficacy of medical equipment, thereby supporting quality healthcare delivery to veterans. The estimated total award amount is $19 million, with the contract period running from February 1, 2025, to December 31, 2025, and options to extend through 2026, 2027, and 2028. Interested parties should contact Contracting Officer Kurt J Kramer at Kurt.Kramer@va.gov for further details.

Point(s) of Contact
Kurt J KramerContracting Officer
Kurt.Kramer@va.gov
Files
Title
Posted
Nov 7, 2024, 5:01 PM UTC
The presolicitation notice issued by the Department of Veterans Affairs outlines a request for proposals (RFP) for diagnostic imaging survey and reporting services for the Orlando VA Healthcare System. This contract (Solicitation Number 36C24825Q0104) is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and concerns the inspection and testing of various diagnostic imaging equipment, including x-ray, dental, MRI, mammography, and nuclear medicine systems. Key tasks include ensuring that the imaging services are safe and effective for patients and staff, confirming equipment operates within acceptable specifications, and that radiation output meets safety standards. The contracting office is located in Orlando, Florida, and has set a response deadline of November 26, 2024, at 11:00 a.m. ET. The emphasis on quality assurance reflects the agency's commitment to patient safety and regulatory compliance in healthcare services.
Nov 19, 2024, 11:21 PM UTC
The document outlines a solicitation for a contract aimed at providing diagnostic imaging survey and reporting services for the Orlando VA Healthcare System. With an estimated total award amount of $19 million, the contract period spans from February 1, 2025, to December 31, 2025, with options to extend through 2026 and 2027. The services required include various annual physics inspections and testing of medical imaging equipment, adhering to the standards set by the American College of Radiology (ACR), American Association of Physicists in Medicine (AAPM), The Joint Commission (TJC), and Veterans Health Administration (VHA). The document specifies the solicitation’s unrestricted nature, encouraging participation from small businesses and service-disabled veteran-owned firms. Additionally, it mandates electronic invoicing for payment submissions and emphasizes the importance of timely questions and communication with the designated contracting officer. The solicitation incorporates key federal acquisition regulations, ensuring compliance with financial and operational standards. Overall, the document serves as a critical framework for acquiring essential healthcare services that uphold quality and safety in the medical imaging sector.
Nov 19, 2024, 11:21 PM UTC
The document serves as an amendment to the solicitation for Diagnostic Imaging Survey & Reporting services for the Orlando VA Healthcare System, as administered by the Department of Veterans Affairs, Network Contracting Office 8. Specifically, it provides solicitation attachments numbered 1 through 5, crucial for the bidding process. Contractors are instructed to acknowledge receipt of this amendment in specified ways prior to the deadline to avoid rejection of their offers. The amendment outlines that changes made to the original solicitation are administrative in nature and does not alter the core terms and conditions of the original contract. Additionally, the document includes references to various wage determinations and equipment lists pertinent to the services requested. The overall aim of this amendment is to clearly communicate necessary updates and documentation for prospective bidders involved in the contracting process.
Nov 19, 2024, 11:21 PM UTC
The document pertains to an amendment for a contract related to the Department of Veterans Affairs, specifically involving the annual inspection and testing of various medical radiographic equipment, including dose calibrators and X-ray systems. The primary change detailed in the amendment indicates a confirmation of six dose calibrators requiring quarterly inspections, totaling 24 inspections annually, thus necessitating adjustments in the pricing schedule. The contract is set for a base period from February 1, 2025, to December 31, 2025, with options to extend through 2026, 2027, and 2028. Each service is categorized under the principal NAICS code 541690, emphasizing scientific and technical consulting in health and safety regulation. The document specifies the detailed expectations for the inspection services, which must comply with ACR, AAPM, TJC, and VHA standards. It emphasizes the importance of precise reporting and adherence to regulatory guidelines in maintaining medical equipment safety and efficacy. This amendment reflects the VA's commitment to quality control and accountability in medical equipment management within public healthcare.
Nov 19, 2024, 11:21 PM UTC
The document outlines a comprehensive inventory and overview of medical equipment across various facilities, including Lake Nona, Lake Baldwin, Viera, and Daytona, with details on department assignments, equipment specifications, and upcoming survey dates. It categorizes each piece of equipment by its type—such as CT scanners, mammography units, nuclear medicine devices, and dental units—while also noting any required maintenance or previous malfunctions. The scheduled next surveys range from May 2024 to early 2026, indicating ongoing assessments for compliance and functionality. This document serves as a crucial tool for administrators to manage medical equipment effectively, ensure maintenance is performed timely, and uphold the quality of healthcare services delivered at these facilities. Overall, it underscores a commitment to maintaining safe and efficient healthcare environments while addressing operational and regulatory requirements within government RFPs and grants contexts.
Nov 19, 2024, 11:21 PM UTC
The VAAR 852.219-75 document outlines the limitations on subcontracting for service contracts, general construction, and special trade construction under the Department of Veterans Affairs (VA) as mandated by 38 U.S.C. 8127. It requires contractors to certify that no more than 50% for services, 85% for general construction, and 75% for special trade construction of the contract amount can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document emphasizes the importance of accurate certification, detailing the legal ramifications of false statements, including penalties under Title 18 U.S.C. Section 1001. Contractors must maintain documentation for compliance verification by the VA throughout the contract's duration and are required to provide any relevant records for review. Ineligibility for contract award is specified for those not completing and submitting the certification. This regulation seeks to ensure that veterans’ businesses benefit from government contracts while fostering compliance and accountability among contractors.
Nov 19, 2024, 11:21 PM UTC
The document presents the U.S. Department of Labor's Wage Determination No. 2015-4533 under the Service Contract Act, detailing wage rates for various occupations in Florida counties, specifically Flagler and Volusia. It requires contractors to adhere to minimum wage rates set by Executive Orders 14026 and 13658, effective January 30, 2022, and outlines the necessary fringe benefits across different job classifications. The minimum wage for 2024 is $17.20 per hour for relevant contracts under EO 14026 and $12.90 for those under EO 13658, with annual adjustments. The document enumerates a comprehensive list of occupations and associated wages, alongside mandated paid leave benefits for federal contractors. Additional factors include provisions for uniform allowances, hazardous pay differentials, and the conformance process for unlisted job classifications. This file serves as a regulatory guideline to ensure compliance for federal contracts, aligning employee compensation with federal standards and promoting worker protection within contractual engagements. It reflects the government's commitment to fair labor practices and support for workers under federally funded contracts.
Nov 19, 2024, 11:21 PM UTC
The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage standards and fringe benefits for various occupations in Brevard County, Florida. It determines that contracts entered into on or after January 30, 2022, require workers to be paid at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum wage of $12.90 if not renewed thereafter. The document delineates specific wage rates for numerous job classifications such as clerical, technical, and health occupations, alongside required fringe benefits like health and welfare compensation, vacation days, and holidays. Moreover, it outlines procedures for classifying unlisted jobs, ensuring compliance with federal regulations. This determination is essential for federal contractors, emphasizing worker protections and setting standards for employee compensation in public contracts.
Nov 19, 2024, 11:21 PM UTC
The document is a Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor, specifically outlining compensation requirements for contractors in Florida. It emphasizes that contracts under the Service Contract Act must adhere to minimum wage rates established by Executive Orders 14026 and 13658. As of 2024, the minimum wage for covered workers is set at $17.20 per hour under Executive Order 14026, and $12.90 under Executive Order 13658. The document provides detailed wage rates for various occupational classifications and emphasizes the necessity of paying all employees at least the stated rates or the applicable minimum wage, whichever is higher. Additionally, it outlines benefits including health and welfare compensation, vacation, and holiday provisions, along with specific classifications and wage rates under which contractors must operate. The guidance includes a conformance process for unlisted occupations and specifies requirements for paid sick leave per Executive Order 13706. The document serves as a critical resource for federal contractors, ensuring compliance with labor standards and protecting worker rights, particularly in the context of federal RFPs, grants, and local contracts. It underscores the government's commitment to ensuring equitable compensation for workers in federally funded projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
J065--Maintenance on Mobile X-Ray DRX Revolution system and LUX 35 DETECTOR
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide maintenance services for the Mobile X-Ray DRX Revolution system and LUX 35 detector at the Cheyenne VA Medical Center. The procurement aims to establish a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $34 million, to enhance the reliability and safety of imaging equipment through scheduled maintenance, unscheduled repairs, and compliance with regulatory standards. This initiative is crucial for ensuring optimal diagnostic imaging capabilities and patient safety at the facility, while also supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as part of the government's commitment to veteran enterprises. Interested parties must submit their proposals by April 21, 2025, at 10 AM Mountain Time, and can contact Contract Specialist David M Glanton at David.Glanton@va.gov or 303-717-7075 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.
6525--VA NAC Radiation Therapy Equipment Systems and Accessories
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). This procurement aims to secure high-tech medical equipment, including linear accelerators and related services, to enhance healthcare delivery for veterans, with a contract structure comprising a five-year base period and an optional five-year extension. The solicitation encourages participation from a diverse range of businesses, including small and veteran-owned enterprises, and emphasizes compliance with federal regulations and quality assurance measures. Interested vendors must submit their proposals by May 2, 2025, at 12:00 PM CT, and can direct inquiries to Contract Specialist Taiye Adebowale at Taiye.Adebowale@va.gov.
J065--Siemens PET/CT Maintenance
Buyer not available
The Department of Veterans Affairs, through its Network Contracting Office 08, intends to pursue a sole-source contract for the maintenance and service of its Siemens Medical Solutions positron emission tomography (PET/CT) scan systems. This procurement aims to ensure the continued operational efficiency of critical imaging equipment, highlighting the necessity for specialized service providers with access to Original Equipment Manufacturer (OEM) parts and resources. The contract period is set from May 8, 2025, to May 7, 2026, with an option for four additional years, and interested parties must express their interest by May 24, 2025, while being registered in the System for Award Management (SAM). For further inquiries, interested contractors can contact Contracting Officer Paul Jarret at paul.jarrett@va.gov or by phone at 813-436-6517.
Dental X-Ray Generators & Acquisition Sensors
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the acquisition of Dental X-Ray Generators and Acquisition Sensors to serve various medical centers across VISN 5, which includes locations in Washington, DC, Maryland, and West Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the supply of 43 x-ray generators and 98 sensors, along with installation and training services, all adhering to specified technical requirements. The successful contractor will be responsible for ensuring timely delivery and installation, with a completion timeline of one year post-award, and must comply with federal regulations including the submission of a Buy American Certificate and proof of distributor authorization. Proposals are due by April 28, 2025, and interested parties should contact Phillip G Duba at Phillip.Duba@va.gov for further information.
6525--SOURCES SOUGHT: Sun Nuclear SRS Map Check
Buyer not available
The Department of Veterans Affairs is seeking potential sources for the procurement of Brand Name Sun Nuclear SRS MapCheck to enhance stereotactic quality assurance (QA) within its Imaging Radiation Therapy Department at the VA Pittsburgh Healthcare System. The procurement includes key items such as the SRS MapCHECK, a high-density diode array designed for patient QA, the StereoPHAN Package for comprehensive testing, and various training and motion tracking solutions. This initiative underscores the VA's commitment to utilizing advanced technologies to improve patient care in radiation therapy while adhering to procedural guidelines for sourcing. Interested parties must submit their responses via email to the designated contact, Joanne Skaff, by 4:00 PM EST on March 31, 2025, as this notice serves as a Sources Sought/Request for Information and is not a solicitation for bids.
Q522--RADIATION SAFETY SUPPORT
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Radiation Safety Training and Support Services for the Robert J. Dole VA Medical Center in Wichita, Kansas. The primary objective is to identify a certified Radiation Safety Officer (RSO) who will ensure compliance with Nuclear Regulatory Commission (NRC) regulations and VA directives concerning the management of radioactive materials. This role is critical for maintaining safety standards and regulatory compliance within the facility's radiation safety program. Interested firms must submit their capability statements and relevant company information by April 23, 2025, with the contract period set to commence on June 1, 2025, and extend through May 30, 2026, including options for two additional years. For inquiries, contact Betty Flores at veronica.flores@va.gov or call 913-946-1167.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
Phase One XF IQ4 Camera System (BRAND NAME OR EQUAL)
Buyer not available
The Department of Veterans Affairs is seeking information from vendors regarding their capabilities to provide the Phase One XF IQ4 Camera System or an equivalent product. The procurement aims to enhance medical imaging technology used in dermatological evaluations, specifically requiring a medium format digital sensor with at least 140 megapixels and a high-bit depth image capture with a minimum dynamic range of 12 stops. This initiative is crucial for improving patient care at the James A. Haley Veterans’ Hospital in Tampa, Florida. Interested vendors must submit their company information and demonstrate their capabilities by April 22, 2025, via email to LeTray Womble at letray.womble@va.gov, with all responses remaining confidential and not leading to direct contracts.