36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
ID: 36C25626Q0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Tiffany Lee-Franklin
    Tiffany.Lee-Franklin@va.gov
    Files
    Title
    Posted
    The VA Handbook 6500.6, dated March 12, 2010, outlines the Department of Veterans Affairs' (VA) stringent security and privacy requirements for contractors, subcontractors, and their personnel. It mandates compliance with federal laws, VA directives, and industry standards for information and information system security. Key provisions include strict access controls, personnel background investigations, and, for national security programs, valid security clearances. The handbook emphasizes that custom software development and outsourced operations should primarily be located in the U.S., with a detailed security plan required for any offshore services. Contractors must immediately report employee reassignments or terminations and adhere to strict rules regarding the use, storage, and destruction of VA information, prioritizing data separation and secure sanitization. Any violations of these confidentiality and security provisions can lead to payment withholding or contract termination. The document also specifies requirements for information system design, development, hosting, operation, and maintenance, including compliance with FISMA, HIPAA, NIST, and Privacy Act regulations, along with annual security control assessments. Crucially, it defines procedures for security incident investigations, data breach notifications, and outlines liquidated damages for data breaches involving sensitive personal information. All contractor personnel must complete mandatory annual cybersecurity and privacy training and acknowledge the Contractor Rules of Behavior.
    The Contractor Certification: Immigration and Nationality Act of 1952, as amended, requires contractors working with the Department of Veterans Affairs to comply with immigration laws. This includes adhering to the Immigration and Nationality Act of 1952, related laws, and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor. Contractors must not knowingly employ, contract with, or subcontract with illegal aliens or foreign nationals violating their immigration status. Additionally, contractors must comply with all "E-Verify" requirements as per Executive Order 12989 and applicable Federal Acquisition Regulations. Failure to comply may result in prohibiting foreign nationals from working on VA-related services or termination of the contract for breach. Contractors are also required to obtain similar certifications from their subcontractors. This certification is a matter within the jurisdiction of a U.S. agency, and false certifications can lead to prosecution under 18 U.S.C. 1001.
    The document, "ATTACHMENT 3 D.3 EXPERIENCE REFERENCE – 36C25623Q0090 Registered Nurse Services," is a template for collecting contractor experience references for a federal government Request for Proposal (RFP) related to Registered Nurse Services. It requires detailed information for three separate references, including the organization's name and address, contract number, a brief description of services, whether the contractor was a prime or sub-contractor, dates of performance, total contract cost, and any awards or deductions. Crucially, it asks about terminations for cause or default, requiring an explanation if applicable. Each reference also requires a point of contact, their title, telephone number, and email address, along with a section for general comments. This attachment is essential for evaluating a bidder's past performance and suitability for the 36C25623Q0090 Registered Nurse Services contract.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) limitations on subcontracting for service and construction contracts, emphasizing compliance for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify that they will adhere to specific subcontracting limits: 50% for services, 85% for general construction, and 75% for special trade construction, with costs of materials excluded in construction. This certification is crucial, and false statements can lead to criminal, civil, or administrative penalties. The VA reserves the right to request documentation to verify compliance, and failure to provide such information may result in remedial action. This clause ensures that certified veteran-owned businesses perform a significant portion of the work, supporting the integrity of the VA's contracting process.
    The document,
    The Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO16) has issued Solicitation Number 36C25626Q0007, a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, for Medical Physicist and Radiation Safety Officer Services at the Gulf Coast Veterans Health Care System. The contract, with a base period from February 1, 2026, to January 31, 2027, and four one-year option periods, is a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) contract with a guaranteed minimum of $1,000.00 and a ceiling of $2,000,000.00. The awarded contractor will perform annual compliance testing of diagnostic radiological equipment, ensure regulatory adherence, and provide qualified Medical Physicist and Radiation Safety Officer services at various VA facilities in Mississippi, Florida, and Alabama. The solicitation details extensive clauses regarding contract administration, invoicing, information security, data privacy, and personnel requirements, emphasizing compliance with federal and VA directives.
    This Quality Assurance Surveillance Plan (QASP) outlines the government's method for evaluating contractor performance for annual compliance testing of diagnostic radiological equipment. It details what will be monitored, how, by whom, and how results will be documented. Key government roles include the Contracting Officer (CO) Stephanie Keo and the Contracting Officer's Representative (COR) Jackson Holland, with Tiffany Lee-Franklin as the Contracting Specialist. Performance standards, derived from the Performance Requirements Summary Matrix in the Performance Work Statement (PWS), specify a 100% acceptable quality level for tasks such as annual compliance testing, quarterly surveys, equipment functionality, documentation, personnel qualifications, and privacy practices. Surveillance methods include direct observation, 100% inspection of credentials, and analysis of contractor's reports. Performance will be rated as Excellent, Satisfactory, or Unsatisfactory. Acceptable performance will be documented, while unacceptable performance will result in a Contract Discrepancy Report (CDR) requiring a corrective action plan. The COR will periodically assess surveillance frequency and meet quarterly with the contractor to review performance, providing written assessments. Incentives for meeting or exceeding standards include the exercise of option periods and positive past performance records.
    Similar Opportunities
    Q301--Medical Physicist and Radiation Safety Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for diagnostic medical physicist and radiation safety services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a performance period from January 1, 2026, to December 31, 2030, with five twelve-month ordering periods. The selected contractor will be responsible for a range of services, including quality assurance program reviews, equipment testing, and radiation protection surveys, ensuring compliance with federal and VA directives for various medical imaging equipment. Interested parties should contact Contract Specialist Aminisha S. Daniel at Aminisha.Daniel@va.gov, with the contract having a guaranteed minimum value of $1,000 and a maximum value of $400,000.
    Medical Physicist and Radiation Safety Officer
    Buyer not available
    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.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    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 Equipment Only Consolidation
    Buyer not available
    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--Teleradiology Contract (VA-26-00012033) ALBANY
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide teleradiology services for the Albany Stratton VA Medical Center under a two-year contract. The services are required to ensure timely reading of medical images during periods when VA staffing is inadequate, particularly during normal business hours, to prevent patient diversion and associated costs. Contractors must supply Board Certified Radiology Physician Services, with all physicians holding current, unrestricted licenses and adhering to standards set by the American College of Radiology and The Joint Commission. Interested parties must submit their responses, including company details and prior experience, by December 16, 2025, at 12:00 PM ET to Meaghan Gallagher at Meaghan.Gallagher@va.gov.
    J065--Varian Hardware & Software Full-scale PMI for ARIA & Eclipse Systems
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Integrated Service Network (VISN 22), is seeking contractors to provide a service contract for comprehensive support of Linear Accelerator (LINAC) hardware, ARIA and Eclipse software, and the full-scale network system at the VA Greater Los Angeles Healthcare System. This contract aims to ensure the optimal performance and reliability of critical systems that are essential for delivering high-quality radiation oncology treatments to veterans, thereby preventing disruptions in patient care. The contract will consist of a base year with four option years, with the solicitation expected to be issued around December 8, 2025, and proposals due by December 29, 2025, at 5:00 P.M. MST. Interested parties should contact Jamie ElBedawi at jamie.elbedawi@va.gov for further information.
    DA10--NEUROQUANT SOFTWARE ANNUAL SUBSCRIPTION B+4OY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual subscription to NeuroQuant Software, or an equivalent product, specifically for the VA Long Beach Healthcare System. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to provide an FDA-cleared imaging solution for automated brain structure analysis from MRI images, which includes quantitative measurements and technical support. The contract will cover a base year from February 12, 2026, to February 11, 2027, with four additional option years, and requires delivery within 90 days after receipt of order. Interested vendors must submit their written offers and specification sheets via email to Israel Garcia at israel.garcia2@va.gov by December 5, 2025, at 12:00 PM PST, adhering to all VA compliance requirements.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    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.