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), Network Contracting Office 10, is soliciting proposals for Board-Certified Diagnostic Medical Physicist (DMP) Services for the Richard L. Roudebush VA Medical Center in Indianapolis, IN, and its affiliated community outpatient centers. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside procurement seeks a contractor to provide essential imaging equipment inspections, radiation safety support, and protocol optimization. Proposals are due by March 2, 2026.
Scope of Work
The contractor shall provide on-site DMP services, including:
- Annual inspections of various imaging equipment (CT, Fluoroscopy, MRI, Nuclear Medicine, PET, Diagnostic X-Ray, Dental).
- Inspections following major repairs or new installations.
- CT and Fluoroscopy protocol review for dose optimization.
- Lead shielding design, calculation, and verification reports.
- Assistance to the Radiation Safety Officer (RSO) with radiation exposure calculations, fetal dose estimations, incident reviews, and participation in Machine-Produced Radiation Safety Committee (MPRSC) meetings.
- Performance testing of new or relocated imaging equipment.
- Review of the facility's quality assurance program.
- 24/7 phone/electronic consultation services. All services must comply with NHPP, VHA, Joint Commission, and ACR requirements.
Contract Details
- Contract Type: Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Five (5) one-year ordering periods, commencing April 1, 2026, through March 31, 2031.
- Estimated Maximum Value: Up to $19.5 Million.
- Minimum Guarantee: Three (3) diagnostic services in the initial fiscal year.
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services) with a size standard of $19.5 million.
Submission & Evaluation
- Offer Due Date: March 2, 2026.
- Submission Method: Electronically to Michelle.Ford2@va.gov.
- Evaluation Factors: Proposals will be evaluated based on Past Performance, Prior Experience, and Price.
- Required Submissions: Include SF 1449 completion, Section B.1 and B.2 pricing, proof of insurance, FAR/VAAR provision completions, and signed attachments.
- Inquiries: Questions must be submitted in writing via email; no telephone inquiries will be accepted.
Eligibility / Set-Aside
This acquisition is a total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified and listed in the SBA certification database.
Key Attachments
- Attachment D1 - QASP: Outlines the Quality Assurance Surveillance Plan for performance evaluation.
- Attachment D2 - VA National Rules of Behavior: Details mandatory terms for accessing VA information and systems.
- Attachment D3 - Contractor Certification for Immigration: Requires certification of compliance with U.S. immigration laws, including E-Verify.
- Attachment D4 - Organizational Conflicts of Interest: Requires a statement and certification regarding potential OCIs.
- Attachment D5 - Past Performance Questionnaire: A form for references to evaluate the offeror's past performance.