Q522--VISN 19 OKC VAMC IR 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 Oklahoma City VA Health Care System, is soliciting proposals for Board Certified Interventional Radiology Physician Services. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and requires on-site services from fellowship-trained radiologists adhering to American College of Radiology (ACR) standards. Proposals are due April 1, 2026, by 2:00 PM MST.
Scope of Work
The contractor shall provide comprehensive Interventional Radiology Physician Services, including but not limited to:
- Arterial and venous diagnostic and interventional procedures.
- Arteriovenous shunt management for dialysis.
- Hepato biliary intervention and thoracic interventions.
- Percutaneous image-guided interventions.
- Spinal/vertebral musculoskeletal procedures. All services must meet or exceed ACR guidelines. Physicians must be licensed, board-certified, and maintain current Continuing Medical Education (CME).
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: A base year from April 15, 2026, to March 14, 2027, with four additional option years.
- NAICS Code: 621111 (Offices of Physicians), with a size standard of $16 Million.
- Place of Performance: Oklahoma City VA Health Care System, 921 NE 13th Street, Oklahoma City, OK 73104.
Submission & Evaluation
- Offer Due Date: April 1, 2026, by 2:00 PM MST.
- Questions Due Date: March 9, 2026, by 2:00 PM MST, submitted via email to Fanta Cooper-Wells.
- Offers must be submitted electronically in three separate volumes: Technical Capability, Past Performance, and Price.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Award will be made to the responsible offeror whose proposal is most advantageous to the Government.
Key Compliance Requirements
Bidders must complete and submit several mandatory certifications:
- Limitations on Subcontracting: Certify compliance with the 50% subcontracting limitation for SDVOSBs.
- Immigration Certification: Certify compliance with the Immigration and Nationality Act and E-Verify requirements.
- Organizational Conflict of Interest (OCI): Disclose any potential OCIs or certify their absence.
- Contractor Rules of Behavior: Acknowledge and accept VA rules for accessing and using VA information assets and systems.
- Quality Assurance Surveillance Plan (QASP): Bidders should review the QASP to understand the performance standards and evaluation criteria, including CPARS ratings, that the Government will use to assess contractor performance.
Contact Information
For inquiries, contact Fanta Cooper-Wells at fanta.cooper-wells@va.gov.