Q509--VISN 20 Onsite Primary Care Physician Services
ID: 36C26024R0071Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

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

PSC

MEDICAL- INTERNAL MEDICINE (Q509)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for onsite Primary Care Physician Services within the Veterans Integrated Service Network 20, which encompasses multiple locations across Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential healthcare services at various VA medical centers and clinics. This contract is particularly significant as it is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Proposals are due by March 31, 2025, with the solicitation expected to be released around March 1, 2025; interested parties can contact Scott Reed at scott.reed2@va.gov or call 509-321-1909 for further information.

    Point(s) of Contact
    scott.reed2@va.govScott Reed
    (509) 321-1909
    scott.reed2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for Onsite Primary Care Physician Services within Veterans Integrated Service Network 20 (VISN 20), targeting Service-Disabled Veteran Owned Small Businesses (SDVOSB). The RFP is expected to be released around March 1, 2025, with a response deadline of March 31, 2025. The contractors will be tasked with providing Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver primary care services at various VA medical centers and clinics across the Pacific Northwest, including locations in Oregon, Washington, Idaho, and Alaska. The objective is to ensure compliance with the American Board of Internal Medicine guidelines. This procurement falls under NAICS code 621111, with a small business size standard of $16 million, and aims to award one or more Firm Fixed Price Indefinite Delivery/Indefinite Quantity contracts within 120 days following the proposal due date. The presolicitation notice serves informational purposes, directing interested parties to obtain documentation via the Contract Opportunities website at https://sam.gov.
    The Department of Veterans Affairs (VA) is announcing a pre-solicitation for proposals to provide onsite Primary Care Physician Services within the Veterans Integrated Service Network 20. The solicitation (36C26024R0071) is set for release around March 1, 2025, with proposals due by March 31, 2025. The contract will be set aside for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) and aims to secure physicians board-certified or board-eligible in Internal Medicine or Family Practice for various healthcare locations, including multiple VA medical centers and clinics across Oregon, Washington, and Idaho. The NAICS code for this procurement is 621111, supporting the Office of Physicians with a small business size standard of $16 million. The government intends to award one or more Firm Fixed Price Indefinite Delivery / Indefinite Quantity contracts within 120 days from the proposal due date. This notification serves merely informative purposes, with all solicitation information to be available solely through the Contract Opportunities website (sam.gov).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q509--VISN Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
    6505--Radiopharmaceuticals For The Portland VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of radiopharmaceuticals for the Portland VA Medical Center. This opportunity, identified by solicitation number 36C26025Q0237, aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply essential nuclear medicine supplies, ensuring 24/7 availability and prompt delivery for patient care. The procurement is particularly significant as it supports the medical needs of veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their proposals by March 28, 2025, at 13:00 Pacific Time, and can direct inquiries to José Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.
    DA10--Brand Name or Equal Vaultara Licensing & Support for VISN 20, Vancouver, WA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services for the Veterans Integrated Service Network (VISN) 20, located in Vancouver, WA. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by providing commercial software services, including software licenses, maintenance, troubleshooting support, and user training for cloud-based medical imaging applications. The contract period is from September 30, 2025, to September 29, 2026, with a total award amount of $47 million, and interested parties must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal acquisition regulations and security standards.
    C1DA-- Engineering Services MATOC IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services under the Engineering Services MATOC IDIQ solicitation (36C26025Q0001). This contract aims to support facilities within the Veterans Integrated Service Network (VISN) 20, covering regions in Alaska, Idaho, Oregon, and Washington, with an estimated total capacity of $65 million. The services will include various engineering tasks such as design and construction, emphasizing the importance of enhancing infrastructure for veteran services. Interested firms should note that the anticipated release date for the solicitation is now set for March 2025, with responses due by July 4, 2025. For further inquiries, potential bidders can contact Helen Woods at Helen.Woods@va.gov or call 253-888-4915.
    J063 – maint/repair/rebuild of equipment- alarm, signal, and security detection systems
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for maintenance, repair, and rebuilding services related to alarm, signal, and security detection systems at the White City VA Medical Center in Oregon. The procurement includes a milestone software protection plan, software analysis and optimization, preventive maintenance, and training services, structured over a base year from April 11, 2025, to April 10, 2026, with four additional option years extending through April 10, 2030. This opportunity underscores the importance of maintaining the security and functionality of the medical center's systems while supporting veteran-owned businesses in federal contracting. Interested vendors should prepare to submit their quotations by the anticipated Request for Quote issuance date of March 25, 2025, with a goal to award the contract by April 9, 2025. For further inquiries, vendors can contact Subrina Cantil at Subrina.Cantil@va.gov.
    J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract to provide monitoring, technical support, and upgrades for security camera systems at the VA SORCC in White City, Oregon. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561621, with an estimated total award amount of $25 million over a five-year period, including a base year and four option years. The contract will focus on enhancing security measures through the assessment and migration of existing camera systems, ensuring compatibility with current infrastructure, and providing advanced surveillance features. Interested contractors must submit their quotes via email by April 4, 2025, and may direct inquiries to Subrina Cantil at Subrina.Cantil@va.gov until March 28, 2025.
    C1DA--Engineering Services MATOC IDIQ Request for SF330s
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide engineering services through a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement for facilities in Alaska, Idaho, Oregon, and Washington. This procurement, with an estimated shared capacity of $65 million over five years, aims to streamline service provision for projects including new construction, remodeling, and various engineering disciplines, thereby enhancing efficiency and reducing procurement lead times. The initiative is part of the Veterans First Contracting Program, which prioritizes veteran-owned businesses and aims to foster competition among eligible firms. Interested contractors must submit their Standard Form (SF) 330 by April 22, 2025, and can direct inquiries to the contracting team, with Wendy Duval and Helen Woods as primary contacts.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Q201--FY25 SOUTHERN ZONE DME CONTRACT Amendment
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the FY25 Southern Zone Durable Medical Equipment (DME) Contract, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves providing essential DME services, including storage, delivery, repairs, and installation for VA beneficiaries, with strict compliance to health and safety standards. The contract emphasizes the importance of high-quality service delivery, including emergency response times and adherence to specific personnel health protocols. Interested vendors must submit their offers by April 1, 2025, at 16:00 Eastern Time, and should direct inquiries to Contracting Officer Jessica Kiser at jessica.kiser@va.gov or by phone at 407-646-4006.
    Y1DA--VISN 1 Construction MATOC
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposals (RFP) for the Y1DA--VISN 1 Construction Multiple Award Task Order Contract (MATOC), aimed at enhancing healthcare infrastructure within the New England Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a seed project for the expansion of the Emergency Department at the West Roxbury VA Medical Center, with an estimated construction cost ranging from $2 million to $5 million. The project emphasizes strict adherence to safety protocols, including infection control measures and phased construction to maintain operational capacity, reflecting the VA's commitment to improving healthcare services for veterans. Interested contractors must submit their proposals, including past performance data and compliance certifications, by the specified deadlines, with the contract period spanning five years and a total project value of up to $1 billion. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.