Q301--Board-Certified Diagnostic Medical Physicist Services for Richard L. Roudebush, VAMC in Indianapolis, IN
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), specifically the Richard L. Roudebush VA Medical Center in Indianapolis, IN, is soliciting proposals for Board-Certified Diagnostic Medical Physicist (DMP) Services. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement. The contract will be a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) with a potential value up to $19.5 million over five years. Offers are due March 2, 2026, at 3:00 PM Eastern Time.
Purpose and Scope
The contractor will provide on-site DMP services for diagnostic imaging equipment at the Indianapolis VAMC and its affiliated community outpatient centers. The primary goal is to ensure compliance with VHA, NHPP, Joint Commission, and ACR standards. Key services include:
- Annual inspections of various imaging equipment (CT, MRI, Nuclear Medicine, PET, Fluoroscopy, Diagnostic X-Ray, Dental, CBCT).
- Inspections following major repairs, new installations, or relocations.
- Optimization of CT and Fluoroscopy protocols for dose reduction.
- Design, calculation, reporting, and verification of radiation protection shielding.
- Assistance to the Radiation Safety Officer (RSO) with radiation exposure calculations, fetal dose estimations, incident reviews, reporting, and participation in committee meetings.
- Performance testing of new or relocated imaging equipment.
- Review of the facility's quality assurance program.
- Provision of 24/7 phone/electronic consultation services.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Five (5) one-year ordering periods, from April 1, 2026, through March 31, 2031.
- Estimated Value/Maximum: Up to $19.5 Million for the overall acquisition.
- Minimum Guarantee: Applies to the initial fiscal year of award.
- Set-Aside: Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified in the SBA database.
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services); Size Standard: $19.5 Million.
Submission and Evaluation
- Offer Due Date: March 2, 2026, at 3:00 PM Eastern Time.
- Submission Method: Electronic submission to Michelle.Ford2@va.gov.
- Required Submissions: Completed SF 1449, Section B.1 and B.2 pricing, proof of insurance, FAR/VAAR provision completions, and signed attachments, including the latest amendment.
- Evaluation Factors: Past Performance, Prior Experience, and Price.
- Notes: Travel and lodging will not be reimbursed. Offerors must acknowledge and submit the latest amendment (A0001) with their quote. Several attachments, including a Quality Assurance Surveillance Plan (QASP), VA National Rules of Behavior, Contractor Certification for Immigration, Organizational Conflicts of Interest statement, and Past Performance Questionnaires, are part of the solicitation.