Q525--Urology Physician Service PoP 10/1/2024-3/31/2025
ID: 36C26324R0117Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

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

PSC

MEDICAL- UROLOGY (Q525)

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 Urology Physician Services at the Central Iowa VA Health Care System in Des Moines, Iowa, for the period from October 1, 2024, to March 31, 2025. The procurement requires the provision of clinical urology services, including staffing of 2.0 Full-Time Equivalents (FTEs), which may consist of either one physician and one Nurse Practitioner or two physicians, to perform various surgical interventions and outpatient procedures. This initiative is crucial for ensuring high-quality healthcare services for veterans, with a total contract value of approximately $16 million, emphasizing participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by August 30, 2024, and can direct inquiries to Contract Officer Daniel Vagts at daniel.vagts@va.gov or by phone at 651-293-3040.

    Point(s) of Contact
    Daniel VagtsContract Officer
    (651) 293-3040
    daniel.vagts@va.gov
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation Notice for providing Urology Physician Services at the Department of Veterans Affairs from October 1, 2024, to March 31, 2025. The solicitation number is 36C26324R0117, with a response deadline of August 26, 2024, at 11 AM Central Time. The contracting office is located in St. Paul, Minnesota, and the services will be performed in Des Moines, Iowa, with a focus on meeting the needs of veteran patients. This opportunity is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The document includes references to attachments providing further details on regulations and requirements, such as the VA Rules of Behavior and Security Checklist, which are essential for ensuring compliance and quality assurance in service delivery. The solicitation emphasizes the importance of adhering to federal regulations, ensuring both operational integrity and fulfillment of obligations to the veteran population served by the agency.
    The document is an amendment to a previous combined solicitation regarding Urology Physician Services for the Department of Veterans Affairs, covering the contracting period from October 1, 2024, to March 31, 2025. The solicitation number is 36C26324R0117, with a response deadline set for August 30, 2024, at 11 AM Central Time. The contracting office is located at 316 Robert Street N., St. Paul, MN 55101. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), with the relevant product service code being Q525 and NAICS code 621111. The place of performance for the services required is 3600 30th Street, Des Moines, IA 50310. Interested parties are instructed to refer to the attached document for more detailed opportunities. The point of contact for inquiries is Contract Officer Daniel Vagts, reachable via email or phone. This document illustrates the government's ongoing efforts to procure specialized medical services while adhering to set-aside requirements to support veteran-owned businesses.
    The document is an amendment to a previous solicitation for Urology Physician Services under the Department of Veterans Affairs. It outlines the requirements for clinical and surgical urology services to be provided over a base period from October 1, 2024, to March 31, 2025, at the Central Iowa VA Health Care System in Des Moines, Iowa. The proposal specifies the need for board-certified or board-eligible urology physicians, a nurse practitioner, and additional non-clinical personnel, along with their expected hours and on-call days. The solicitation includes a solicitation number (36C26324R0117), details for submitting responses by August 30, 2024, and provisions for Small Disabled Veteran-Owned Small Businesses (SDVOSBC). The document includes a point of contact, Contract Officer Daniel Vagts, along with pertinent agency URLs and contact details, emphasizing the structured approach to capturing and addressing any inquiries related to the services being requested. This amendment is a typical element of federal RFP processes, aiming to ensure quality healthcare services for veterans through clearly defined requirements and performance expectations.
    The document outlines a Request For Proposal (RFP) for Urology Physician Services at the Central Iowa VA Healthcare System, managed by the Department of Veterans Affairs. It specifies requirements for providing clinical urology services, including on-site availability of board-certified physicians, performance standards, and compliance with federal directives and regulations. The contract's duration is from October 1, 2024, to March 31, 2025, with a total award amount of $16 million, emphasizing provisions for small business participation and strict adherence to performance metrics. Key components include qualifications for contracted staff, stringent credentialing processes, and mandatory training adhering to VA policies. Specific service expectations encompass a range of urological procedures, direct patient care responsibilities, timely reporting of patient safety incidents, and quality assurance through structured evaluations. The contractor must ensure seamless provision of critical healthcare services, uphold patient safety, and adhere to established medical standards while maintaining documentation in the VA's electronic health record system. This initiative aligns with the VA's commitment to providing high-quality healthcare to veterans through effective service procurement and management.
    The document is an amendment related to the solicitation and contract processes administered by the Department of Veterans Affairs, specifically by the Network 23 Contracting Office. The primary purpose of this amendment is to extend the closing date for submissions to August 30, 2024, at 11 AM CST. It details procedural requirements for interested contractors to acknowledge receipt of the amendment, which may be done through various means such as returning signed copies or electronic communication. The document also stipulates that all terms and conditions from the original solicitation or contract remain in effect unless specified changes are stated. This modification is indicative of the government's structured approach to managing procurement processes while ensuring transparency and compliance with Federal Acquisition Regulation (FAR) guidelines. The notice is directed to all offerors and bidders, reinforcing the importance of timely acknowledgment of changes to prevent rejection of offers. Overall, it highlights the administrative mechanics involved in government contracting.
    The document outlines the National Rules of Behavior established by the Department of Veterans Affairs (VA) to govern access and usage of its information systems. Users are informed that they have no expectation of privacy and that their actions can be monitored by authorized personnel, including supervisors and Information Security Officers. Unauthorized access or misuse of VA information systems is strictly prohibited, with severe penalties including disciplinary action or criminal charges. Key responsibilities outlined for users include reporting security incidents, securing sensitive information, and following established procedures for system access. Users must operate only authorized devices, utilize approved virus protection, and ensure encryption for sensitive data. The rules also emphasize the necessity of periodic security training and compliance with both VA policies and any additional specific rules for accessing certain systems. Non-compliance can lead to loss of access to VA systems and potential employment consequences. The document serves as a comprehensive guide for contractors and employees, ensuring the safeguarding of sensitive information within VA operations while reinforcing adherence to federal regulations and security protocols.
    The document outlines the procedures and requirements for contractor employees to undergo background investigations and obtain Personal Identity Verification (PIV) cards as part of contract compliance with the Department of Veterans Affairs (VA). It delineates five steps that must be followed: 1. **Background Investigation Request** - Contractors must submit a completed worksheet listing all employees involved in the contract within five days, ensuring secure transmission of sensitive information. 2. **Fingerprinting** - All employees must be fingerprinted within 14 days, except those confirmed for reciprocity. The completed forms must be sent to the VSC Personnel Security Office. 3. **Background Investigation Documentation** - Employees are required to submit documentation within five business days of receiving an automated email from the VA Security Investigation Center. Delays can lead to terminate requests. 4. **PIV Card Acquisition** - Employees can obtain a PIV card upon favorable completion of prior steps, submitting their sponsorship form promptly. 5. **Training and Compliance** - Contractors must ensure that employees complete required training and submit relevant certificates. The document serves as a detailed guide for ensuring security compliance for contractors, emphasizing the importance of prompt and correct completion of each step in the background check and verification process. Overall, it reflects the federal government's robust security measures for personnel involved in VA contracts.
    The Quality Assurance Surveillance Plan (QASP) outlines a structured framework for evaluating contractor performance under a federal contract. It details what will be monitored, how monitoring will occur, and who will be responsible for oversight, emphasizing the government's role in ensuring an objective assessment. The plan assigns roles, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), clarifying their responsibilities in managing contract execution and quality control. Performance standards are established to set expectations for contractor services, with various surveillance methods—such as direct observation and random sampling—used to assess compliance. A detailed evaluation system assigns performance ratings ranging from Exceptional to Unsatisfactory based on the contractor's adherence to standards. The QASP is a “living document,” subject to updates and modifications through coordination with the contractor. Proper documentation is stressed for both positive and negative performance, ensuring transparency in the evaluation process. This QASP is critical for maintaining standards in government contracting, aimed at ensuring quality service delivery and compliance with federal requirements.
    This document pertains to the compliance requirements for contractors engaged by the Department of Veterans Affairs regarding foreign nationals under the Immigration and Nationality Act of 1952 and related laws. Contractors must certify adherence to these regulations, certifying they will not employ illegal aliens or foreign nationals violating their legal status while providing services to the Department. Additionally, compliance with E-Verify requirements and relevant Federal Acquisition Regulations is mandated. Non-compliance may result in the prohibition of such individuals from working on contract-related projects and could lead to contract termination. Contractors are also obligated to obtain similar certifications from their subcontractors. This certification process underscores the government's commitment to uphold immigration laws in contractual engagements, ensuring legal employment practices and safeguarding veterans’ services.
    The VA Handbook 6500.6, Appendix C, outlines security and privacy requirements for contractors handling VA information and information systems. It establishes that contractors must comply with federal laws and VA policies regarding information security. Access to VA information is limited to what is necessary for contract performance, and contractors must notify the VA of employee changes affecting access. The document mandates strict controls on data use, storage, and transmission, including the requirement for encryption of sensitive information. Contractors face severe penalties for data breaches, including potential liquidated damages per affected individual. Additionally, the handbook details the obligations of contractors in case of security incidents and emphasizes the necessity of completing security training before accessing VA systems. Monitoring and auditing protocols are in place to ensure compliance and accountability. Overall, these guidelines are designed to protect the integrity and confidentiality of VA data, ensuring that contractors meet rigorous security standards while performing services for the VA.
    The document titled "D.6 – Attachment 6 – Organizational Conflicts of Interest" pertains to a solicitation for Urology Physician Services by the VA Health Care System (Solicitation # 36C26324R0117) in Des Moines, Iowa. It outlines requirements for contractors to certify that their key personnel have no existing or planned conflicts of interest (financial, contractual, organizational, or otherwise) related to the services they will provide. Contractors must either confirm the absence of such conflicts or attach a detailed statement explaining any relevant past, present, or future interests that could influence their performance. Furthermore, the document emphasizes transparency and the necessity for contractors to provide similar information for any consultants or subcontractors involved in the project. This certification aims to uphold ethical standards and ensure integrity in government contracting processes.
    The document outlines a government Request for Proposals (RFP) regarding staffing requirements for urology services over a 6-month contract period. The contract specifies 2.0 Full-Time Equivalents (FTEs), which can be provided by either one physician and one Nurse Practitioner (NP) or two physicians. Coverage is structured around a surgical schedule of two days a week with clinic and in-office procedures conducted five days a week. Key procedures include various surgical interventions such as TURBTs, TURPs, and kidney stone treatments, with a designated urology suite available alongside additional operating rooms. Currently, there are no urologists on staff; however, there exists a specialized Urology Physician Assistant. The document clarifies the lack of required robotics for procedures and that training for NPs and physicians will be part of non-clinical hours. Physician on-call duties will be shared among staff, with an expectation of 1-5 calls weekly, and no resident supervision is required. The information serves to guide prospective contractors on expected staffing and procedural needs, ensuring clarity in the provision of urological services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Amended Iowa City 2024 Open and Continuous Nursing Home Solicitation 36C6324R0010 0001
    Active
    Veterans Affairs, Department Of
    Solicitation Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking proposals from Nursing Homes for the Iowa City VA Health Care System to provide community nursing home services under Indefinite Delivery Indefinite Quantity Contracts (IDIQs). The solicitation is open through January 31, 2025, and proposals will be accepted during this period. Interested offerors must be registered in the SAM database and must also register in the VetCert database if claiming VOSB/SDVOSB status. The NAICS code for this procurement is 623110 (Nursing Care Facilities) with a Small Business Size Standard of $34.0M. Multiple awards are anticipated and will be made on an as needed basis. The placement of veterans in contract nursing home facilities will be based on availability and the preferences of the veterans and their families. For more information, please contact Jennifer Meldahl, Contract Specialist, at jennifer.meldahl@va.gov.
    Y1DZ--Replace Storage Building | Design Build | Iowa City 636-810
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is set to issue a firm-fixed-price contract for the design and construction of a new storage building in Iowa City, IA. The project, carrying a price tag of between $2 million and $5 million, requires the replacement of an existing building with a larger, two-story structure to house PPE, medical supplies, and IT equipment. The VA aims to award the contract under the FAR Part 36.3 two-phase design-build process to a Service-Disabled Veteran-Owned Small Business (SDVOSB). Interested parties should prepare for the formal Request for Proposal (RFP) issuance in fall 2024, with a projected 270-day completion period.
    Q522--Mobile MRI Services Iron Mountain VAMC 1 year base period 1 year option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide mobile MRI services at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The contractor will be responsible for delivering all necessary management, labor, equipment, and supplies, including a mobile MRI unit, while ensuring compliance with safety and quality standards. This procurement is particularly significant as it aims to enhance healthcare services for veterans, with a contract value of approximately $19 million for a one-year base period, plus an option for an additional year. Interested parties should contact Carrie A. Deswarte at carrie.deswarte@va.gov for further details, with the anticipated period of performance starting on October 1, 2024.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0004
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract covering Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage qualified contractors to conduct comprehensive medical evaluations for veterans, ensuring adherence to regulatory standards and the use of Disability Benefits Questionnaires (DBQs) to assess various medical conditions. This initiative is crucial for facilitating timely and accurate disability claims processing for veterans, thereby enhancing their access to benefits. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    Q201--ON-SITE MEDICAL OFFICER OF THE DAY
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for On-Site Medical Officer of the Day services at the St. Cloud VA Hospital in Minnesota. The contract requires the provision of medical services by physicians, physician assistants, or nurse practitioners, with an anticipated performance period from December 1, 2024, to November 30, 2025, and includes four optional one-year extensions. This procurement is critical for ensuring the delivery of quality healthcare services to veterans, adhering to established medical standards and regulations. Interested offerors must submit their quotes by September 27, 2024, and direct any inquiries to Contract Officer John Becker at john.becker3@va.gov or 605-585-3908.
    R499--POETRY THERAPY SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for poetry therapy services under solicitation number 36C26224Q1825, with a budget of $9.5 million. The objective of this procurement is to enhance veteran care through the provision of specialized therapeutic services, which will be delivered over a performance period from September 27, 2024, to September 26, 2025. Interested contractors must comply with small business set-aside regulations, particularly focusing on service-disabled veteran-owned small businesses, and are required to submit their proposals by September 17, 2024, with inquiries due by September 11, 2024. For further information, potential vendors can contact Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.