H965--Diagnostic Imaging Survey & Reporting services for Orlando VAHCS
ID: 36C24825Q0104Type: Presolicitation
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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    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 KramerKurt Kramer
    (407) 840-9048
    Kurt.Kramer@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Teleradiology Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. This procurement involves providing off-site interpretation of various imaging studies, including X-Ray, Ultrasound, CT, and MRI, under a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract valued at up to $3.1 million, with a guaranteed minimum of $1,000. The services are critical for ensuring timely and accurate diagnostic imaging, adhering to stringent standards set by the VA and other regulatory bodies, with a performance period from January 2, 2026, to December 31, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Karen Battie at Karen.Battie@va.gov for further details and to ensure compliance with all eligibility requirements.
    Q301--Medical Physicist and Radiation Safety Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Medical Physicist and Radiation Safety Services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, and includes essential services such as quality assurance program reviews, equipment testing, and radiation protection surveys for various medical imaging equipment. The contract has a guaranteed minimum value of $1,000.00 and a maximum value of $400,000.00, with specific requirements for contractor personnel qualifications and security protocols. Interested parties should contact Contract Specialist Aminisha S Daniel at Aminisha.Daniel@va.gov for further details and to ensure compliance with submission requirements.
    H265--Diagnostic Equip Testing & Certification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Diagnostic Equipment Testing and Certification, specifically seeking certified medical physicists to conduct tests and certifications of imaging equipment. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541690, highlighting the importance of supporting veteran-owned businesses in the healthcare sector. The RFQ is expected to be posted on or about December 9, 2025, with responses due by December 18, 2025, at 1:00 PM Eastern Time. Interested parties should direct any questions to Contracting Officer Marcus Watts via email at marcus.watts@va.gov, ensuring inquiries are submitted no later than 24 hours prior to the closing date.
    6525--FY26: Mobile CT Scanner Orlando VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a mobile CT scanner for the Orlando VA Healthcare System. The procurement involves a six-month lease, with an optional six-month extension, for a 64 Slice CT Scan Mobile Trailer that will support radiation therapy simulations and various CT procedures, including CT Localization and 3D Image Reconstruction. This mobile unit is critical for enhancing patient care and ensuring compliance with safety and privacy standards, including HIPAA. Interested businesses must submit their capability statements, including relevant business information, by December 19, 2025, at 4 PM EST to Victoria Robles at Victoria.RoblesBurgos@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    Medical Physicist and Radiation Safety Officer
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide medical physicist services and serve as a Radiation Safety Officer (RSO) for the Central Alabama Veterans Health Care System (CAVHCS). The contract will cover a base year from August 15, 2026, to August 14, 2027, with four additional one-year options, focusing on the testing and certification of imaging equipment, compliance evaluations for various medical imaging modalities, and the development of safety programs. This procurement is crucial for ensuring the safety and efficacy of diagnostic radiology, CT, MRI, and nuclear medicine equipment, adhering to federal laws and VA policies. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Jacob A Tackett at Jacob.Tackett@va.gov or call 706-469-0691 for further details.
    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.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    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.