Protocol and Scheduling Software
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 Ralph H. Johnson VA Medical Center (RHJVAMC) in Charleston, SC, is seeking a Firm-Fixed-Price contract for third-party Protocol and Scheduling Software for its Radiology department. This Total Small Business Set-Aside aims to streamline order completion and improve efficiency. Quotes are due May 21, 2026, at 10:00 AM ET.
Purpose & Scope
The RHJVAMC requires a specialized software solution to enhance its Radiology department's operations. The primary goal is to digitalize and improve the efficiency of protocoling and scheduling radiology orders, ensuring that documented results are easily accessible by staff across multiple locations. The software must be installed at the Charleston VA Medical Center.
Key Requirements
The successful vendor will provide software that:
- Streamlines order completion and improves overall efficiency.
- Ensures easy accessibility of documented results for radiology staff.
- Is compliant with various VA software approvals, including TRM, ERA, FIPS, FedRamp, BAA, and MOU/ISA.
- Includes initial training and 24/7 support for routine and critical issues.
- Offers customizable templates and a centralized viewing option.
- Allows for order differentiation by urgency and visibility of patient demographics.
- Provides metrics reporting capabilities.
- Interfaces seamlessly with VistA/CPRS applications.
Contract Details
- Contract Type: Firm-Fixed-Price
- Performance Period: One year from installation.
- NAICS Code: 513210 - Software Publishers
- Small Business Size Standard: $47.0 Million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). Offerors must be registered as a Small Business at SBA.gov and have an active registration at SAM.gov.
Submission & Evaluation
Offerors must submit signed and dated offers on company letterhead, including company details (name, address, telephone, UEI#, ORCA document), a completed FAR 52.212-3, and acknowledgment of all amendments. Proposals must detail the technical approach, provide a minimum of two past performance references from the last two years, and include all unit prices and totals in the SF1449 Price Schedule. Subcontracting plans are required if applicable.
Evaluation will be a comparative analysis considering technical approach, past performance, and price. Technical evaluation will assess understanding of requirements, viability of the plan, ability to meet SOW objectives, proposed "Go Live" timeline, and compatibility with VISTA/CPRS. Past performance will inform responsibility determination, and price will be evaluated for fairness and reasonableness.
Key Dates
- Questions Due: May 18, 2026, 10:00 AM ET
- Quotes Due: May 21, 2026, 10:00 AM ET
Contact Information
All questions and quotes must be emailed to Monica Reed at Monica.Reed@va.gov. The solicitation number (36C24726Q0518) must be included in the subject line for quotes. No late submissions will be accepted.