Central Texas VA- Mobile PET/CT Temple Lease
ID: 38C25726Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

MEDICAL- NUCLEAR MEDICINE (Q527)

Set Aside

SDVOSB Sole Source (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 17, is seeking proposals for the lease of a mobile PET/CT scanner and related services under Solicitation Number 36C25726Q0039. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the provision of a vendor-owned mobile PET/CT scanner, including transportation and PACS network connectivity, for a base year and four option years, from May 1, 2026, to April 30, 2031, primarily at the Olin E. Teague Veterans Center in Temple, Texas. Interested vendors must submit their quotes by November 20, 2025, at 1:00 PM CST, and are encouraged to address technical capability and past performance in their proposals, as these factors will be weighted more heavily than price. For further inquiries, vendors can contact Rafael Rodriguez at Rafael.Rodriguez2@va.gov or Vance W. Farrell at vance.farrell@va.gov.

    Point(s) of Contact
    Rafael Rodriguez
    Rafael.Rodriguez2@va.gov
    Vance W. Farrell
    vance.farrell@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 17, has issued Solicitation Number 36C25726Q0039, a Request for Quote (RFQ) for CTX Mobile PET/CT Temple Lease services. This is a Service-Disabled Veteran-Owned Small Business set-aside with NAICS code 532490. The solicitation requests proposals for a vendor-owned mobile PET/CT scanner and trailer service, including transportation and PACS network connectivity, for a base year and four option years, spanning from May 1, 2026, to April 30, 2031. Services will primarily be provided at the Olin E. Teague Veterans Center in Temple, TX, with potential additional sites including the VA Austin Outpatient Clinic. Offers are due by November 20, 2025, at 1:00 PM CST, and will be evaluated based on technical capability, past performance, and price, with technical and past performance being significantly more important than price. Questions must be submitted by November 17, 2025, at 1:00 PM CST.
    The document is a Vendor's Questionnaire for Technical Evaluation (36C25726Q0039) for a federal government Request for Proposal (RFP). It requires vendors to demonstrate compliance with specific sections of the Statement of Work (SOW) related to PET/CT services. Vendors must indicate page numbers in their proposal where information regarding PET/CT specific services/characteristics, staff qualifications, PET/CT mobile unit trailer requirements, and PET/CT scanner requirements can be found. Additionally, vendors must provide certification of compliance with FAR CLAUSE VAAR 852.219-75, VA NOTICE OF LIMITATIONS ON SUBCONTRACTING—CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION. The questionnaire emphasizes full compliance with all SOW requirements.
    The Central Texas Veterans Health Care System (CTVHCS) seeks a contractor to provide a mobile shielded PET/CT scanner and related services. The mobile unit, a minimum of 12'x48', must be a new, ground-level, stationary
    This document outlines the requirements for submitting a quote for solicitation 36C25726Q0039, emphasizing clarity, conciseness, and sufficient detail to address government requirements effectively. Contractors must submit quotes on company letterhead, including business name, address, SAM EUID, SAM registration expiration, socioeconomic status, point of contact information, unit price, and total price. Crucially, quotes must include discount terms, CAGE code, UEI number, and business size. Offerors registered with annual online representations and certifications in SAM (FAR provision 52.212-3) are exempt from resubmitting the provision. Failure to provide complete information may result in a nonresponsive quote.
    VAAR 852.219-75 outlines the VA notice of limitations on subcontracting for services and construction, requiring offerors to certify compliance with specific subcontracting limits based on the contract type. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSBs/VOSBs. General construction has an 85% limit, while special trade construction has a 75% limit. These percentages include any further subcontracted work by similarly situated certified subcontractors. Costs of materials are excluded from these calculations for construction. Offerors acknowledge that false certifications can lead to criminal, civil, or administrative penalties. The VA may also impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution for non-compliance or bad faith. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. The certification must be completed, signed, and returned with the offeror's bid to be considered for evaluation and award.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Radiopharmaceuticals for Temple Texas VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide radiopharmaceuticals for the Olin E. Teague VA Medical Center in Temple, Texas, through a short-term contract lasting six months. This procurement is critical for the Nuclear Medicine Department, as the radiopharmaceuticals are essential for medical imaging and therapeutic treatments for various carcinomas, with a total estimated procurement cost of $445,000. The urgency of this requirement is underscored by the short shelf-life of the products, necessitating timely delivery to ensure continuous patient care for veterans. Interested vendors can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 for further details.
    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.
    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.
    Real Time Location Environmental Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    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.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    6505--Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Positron Emission Tomography (PET) Radiopharmaceuticals for the Albany VA Medical Center. This procurement is structured as a five-year, firm fixed-price, Indefinite Delivery, Indefinite Requirements (IDIQ) contract, which includes a 12-month base period and four 12-month option periods. The required radiopharmaceuticals include F18 FDG Fluorodeoxyglucose, F18 NaF Sodium Fluoride, Pylarify (piflufolastat F18), Neuroceq (florbetaben F18), and Flyrcado (flurpiridaz F18), all essential for patient care in the Nuclear Medicine Department. Interested contractors must be licensed by the United States Nuclear Regulatory Commission (NRC) and the Food and Drug Administration (FDA) to manufacture and distribute these products in New York State, with responses due by 12:00 PM Eastern Standard Time on December 8, 2025. For further inquiries, contractors can contact Jonathan Kilgore, the Contracting Officer, at jonathan.kilgore@va.gov or by phone at 973-676-1000.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.