Q522--554 | HCR | Interventional Radiologist Physician Services
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 NETWORK CONTRACT OFFICE 19 (36C259), has issued an UNRESTRICTED Combined Synopsis/Solicitation for Interventional Radiologist Physician Services at the Rocky Mountain Regional VA Medical Center (RMRVAMC) in Aurora, Colorado. This Fixed Price, Indefinite Delivery/Indefinite Quantity (FP-IDIQ) contract seeks to secure on-site key personnel to provide comprehensive radiology services. Proposals are due February 20, 2026, at 12:00 PM local time.
Scope of Work
The contractor shall furnish all key personnel, specifically Angiography/Interventional Radiologists, to perform a wide range of on-site services for eligible VA beneficiaries. Key personnel must be ACGME fellowship trained and Board certified (or eligible) in Diagnostic or Interventional Radiology, holding a current, full, and unrestricted medical license in Colorado. Services include, but are not limited to, angiography, balloon angioplasty/stent placement, central and peripheral line insertion, chemoembolization, IVC filters, vertebroplasty, kyphoplasty, cholecystostomy, drain insertions, nephrostomy placement, embolization, radiologically inserted gastrostomy, thrombolysis, biopsy, TIPS placement, epidural steroid/anesthetic block/ablation/spine interventions, radiofrequency/cryoablation, and biliary intervention. All services must adhere to VHA Directives, VAMC bylaws, and American College of Radiology (ACR) standards. Mandatory training and infection control measures are also required.
Contract Details
- Contract Type: Fixed Price, Indefinite Delivery/Indefinite Quantity (FP-IDIQ)
- Period of Performance: Base Period: April 1, 2026 – September 30, 2026, with additional option years.
- Estimated Value: Minimum $10,000; Maximum $4,243,540.85 (for the base period and all exercised option years).
- Set-Aside: UNRESTRICTED
- NAICS Code: 621111 (Size Standard: $16 Million)
Submission & Evaluation
Offers are due by February 20, 2026, at 12:00 PM local time. Submissions must be made on SF 1449, letterhead stationery, or as specified, and include a technical description, pricing, past performance, and other required documentation. Evaluation will be based on Technical Capability, Past Performance, and Price. Offerors must be registered in the System for Award Management (SAM).
Key Requirements & Attachments
Bidders must review and comply with several critical attachments:
- Quality Assurance Surveillance Plan (QASP): Details performance standards, monitoring methods (e.g., Periodic Inspection, Random Sampling), and CPARS ratings, which will be used to assess contractor performance.
- Organizational Conflict of Interest (OCI) Attachment: Requires offerors to disclose and certify any potential OCIs in accordance with VAAR 852.209-70.
- Contractor Certification Immigration and Nationality Act: Mandates certification of compliance with the Immigration and Nationality Act and E-Verify requirements for all personnel, including subcontractors.
Contact Information
For inquiries, contact Syreeta Newsuan (Contract Specialist) at syreeta.newsuan@va.gov or 303-712-5763.