H165--VISN MRSE Services (5 Stations) POP 5/1/2026-4/30/2031
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), Network Contracting Office 19, is soliciting proposals for Magnetic Resonance Safety Expert (MRSE) Services for five VISN 19 facilities. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity, structured as a Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The estimated total contract value is approximately $19 Million. Offers are due February 25, 2026, at 10:00 AM Mountain Time.
Scope of Work
The contractor will provide certified MRSE services for oversight and duties supporting VA facilities in Oklahoma City, OK; Grand Junction, CO; Cheyenne, WY; Salt Lake City, UT; and Fort Harrison, MT. Services include both mandatory in-person/on-site support (e.g., incident response within 72 hours, planning for new MR systems) and remote support (e.g., MRI Safety Committee input, implant safety reviews, policy collaboration, annual reviews, and training assistance). The MRSE must be ABRMS certified and meet standards from NHPP, Joint Commission, ACR, OSHA, and VHA policies. Personnel must be Board-Certified Medical Physicists or Radiologists with ABRMS certification.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Period of Performance: Five years, from May 1, 2026, to April 30, 2031 (Base year + 4 option years)
- Estimated Value: Approximately $19 Million
- NAICS Code: 541690 (Other Scientific and Technical Consulting Services)
- PSC Code: H165 (Quality Control Services: Medical, Dental, And Veterinary Equipment And Supplies)
Set-Aside & Eligibility
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be verified in the VA Vendor Information Pages (VIP) at the time of quote submission and award. Compliance with subcontracting limitations (VAAR 852.219-75) is mandatory, requiring that the contractor not pay more than 50% of the government-paid amount to non-SDVOSB/VOSB firms.
Submission & Evaluation
- Offers Due: February 25, 2026, 10:00 AM Mountain Time
- Questions Due: February 18, 2026, 10:00 AM Mountain Time
- Submission Method: Email to christine.jarvis@va.gov
- Required Submissions: Quotes in five volumes: Technical Capability, Price, Past Performance, Limitations on Subcontracting, and Representations and Certifications.
- Evaluation Factors: Technical Capability, Price, and Past Performance.
- Award Basis: Most advantageous to the Government, considering price and other factors, on an "All or Nothing" basis.
Key Attachments
Bidders must review Attachment 1 (SOW MRSE) for detailed service requirements, Attachment 2 (Price Schedule) for pricing submission, Attachment 3 (LOS) for subcontracting limitations, and Attachment 4 (FAR 52.212-3) for representations and certifications. Multiple Wage Determinations (Attachments A-E) are provided for various states (WY, CO, UT, MT, OK) and are critical for understanding minimum labor costs and compliance with the Service Contract Act.