ATLANTA VAMC - PIKE - COBB CBOCs CT IMAGING EQUIP & SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Computed Tomography (CT) Imaging Equipment and Technologist Services for the Atlanta VAMC's Community Based Outpatient Clinics (CBOCs) in Pike (Zebulon, GA) and Cobb (Marietta, GA). This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price (FFP) contract. Proposals are due February 3, 2026, at 1:00 PM EST.
Scope of Work
The contractor shall furnish all personnel, materials, supplies, supervision, and equipment necessary to provide comprehensive CT Scan services. This includes:
- Providing and installing on-site CT imaging equipment (not mobile units), with a minimum specification of a 128-slice Siemens Xceed or comparable unit, preferably new and not exceeding five years old.
- Providing qualified, certified, and licensed CT technologists to perform services at both Pike and Cobb CBOCs. Technologists require background checks and facility credentialing, and one must be assigned to each location.
- Performing various CT scans (e.g., spine, abdomen, pelvis, chest, head) and specific protocols (e.g., Dual Phase Liver, Renal Mass, AAA).
- Ensuring DICOM transfer of studies to the VAMC Radiology Service PACS.
- Providing preventative maintenance services for all furnished CT equipment and annual physicist inspections.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Period of Performance: A base year (May 1, 2026 - April 30, 2027) plus four (4) one-year option periods, extending through April 30, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 621512 (Diagnostic Imaging Centers) with a small business size standard of $19 Million.
- Proposal Due: February 3, 2026, 1:00 PM EST
- Questions Due: January 22, 2026, 10:00 AM EST
- Published Date: January 22, 2026
Evaluation
Award will be based on a "Best Value" determination utilizing comparative analysis, considering both price and technical factors. Technical evaluation will assess the offeror's understanding of requirements, plan of action, knowledge of service, and ability to perform.
Additional Notes
This requirement is not new; an incumbent is currently performing the services under contract number 36C24721P0365. Offerors must be registered in the System for Award Management (SAM.gov). All applicable Federal, State, and local taxes and duties are to be included in the contract price. The term "technician" in the solicitation should be understood as "technologist."