Q501--Locum - Anesthesiology Phys Svcs 1-Yr ER K 621-26-2-162-0021
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 Locum Anesthesiology Physician Services at the James H. Quillen VA Medical Center. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity for a Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due March 9, 2026, at 11:00 AM CT.
Scope of Work
The contractor shall provide Board Certified Anesthesiology Physician Services on-site to beneficiaries of the VA and the James H. Quillen VA Medical Center. Services include daytime coverage, call-in activation, weekday on-call, weekend on-call, and holiday on-call. Physicians must hold current state licensure, Board Certification by the American Board of Anesthesiology, and current BLS/ACLS certifications. All personnel must adhere to VA Directives, Handbooks, and mandatory training (HIPAA, infection control, patient safety, cybersecurity), and comply with all applicable Federal, State, and local laws.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Contract Term: Base period of six months, with a possible six-month extension (FAR 52.217-8)
- Period of Performance (Base): April 1, 2026, to March 31, 2027
- Total Contract Minimum: $10,000.00
- Total Contract Maximum: $3,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- NAICS Code: 621111 - Offices of Physicians (except Mental Health Specialists)
- Size Standard: $16 Million
Submission & Evaluation
- Offer Due Date: March 9, 2026, 11:00 AM CT
- Submission Method: Email to ramonna.bonness@va.gov and samantha.shackelford@va.gov
- Evaluation Factors (descending order of importance):
- Past Performance (delivery, quality of care, patient safety, malpractice judgments)
- Technical Capabilities (Staffing Approach, Capacity, Technical Risk)
- Price
- Award Basis: Best value, utilizing a tradeoff process where non-price factors are significantly more important than price.
- Required Documents: Signed SF1449, amendments, Contractor's Contract Administration Data, Schedule of Services, technical and price quotes, copies of reports, facility accreditation verification, conflict of interest statement, ORCA record, insurance certificates, Key Personnel CVs/licenses/certifications/NPIs, and infectious disease testing verification.
Key Attachments
- ATTACHMENT D.5 - ONBOARDING FLOWCHART: Outlines the VHA Contractor Onboarding process, crucial for understanding personnel integration timelines.
- Attachment D.4 - Past Performance Survey-Questionnaire: Defines the government's past performance evaluation criteria. Bidders must ensure references complete and submit this form directly to ramona.bonness@va.gov by March 18, 2026, 11:00 AM CT.
- ATTACHMENT D.3 - CONFLICT OF INTEREST CERTIFICATION STATEMENT: Requires Offerors to certify regarding Organizational Conflicts of Interest (OCI) or detail mitigation strategies.
- ATTACHMENT D.2 - CONTRACTOR CERTIFICATION IMMIGRATION AND NATIONALITY ACT OF 1952 AS AMENDED: Mandates certification of compliance with immigration laws for foreign national personnel.
- ATTACHMENT D.1 - QASP: Details the Quality Assurance Surveillance Plan, defining how contractor performance will be evaluated.