Q525--Onsite Urology Physician Service - Fargo VA
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.
Sources Sought Notice
Sources Sought Notice
Page 5 of 5
Sources Sought Notice
Page 1 of 5
This is a SOURCES SOUGHT NOTICE for market research purposes to determine the availability of qualified sources capable of providing UROLOGY PHYSICIAN SERVICES. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Please clearly identify any information your company considers sensitive or proprietary.
UROLOGY PHYSICIAN SERVICES: The contractor shall provide On-Site Urology Physician Services to beneficiaries of the Department of Veterans Affairs (VA) and the Medical Center, VA Fargo, ND Health Care System. Specific requirements include:
Urology Physician Service, 1.0 FTE, On-Site, Board Certified
1.0 FTE is defined as a minimum of 2080 hours per year
This is a new requirement, and contract history can be researched at FPDS.gov. The anticipated contract is firm fixed price contract with services estimated to commence March 2026. All companies wishing to do business with the U.S. Government must be registered in the System for Award Management (SAM) at https://www.sam.gov/. Please note that there is no fee to register in SAM.
The North American Industry Classification System (NAICS) code for this procurement is 621111, Offices of Physicians (except Mental Health Specialists).
If you are a potential interested vendor, please provide the following information:
1. Company Name
2. Company Address
3. SAM Unique Entity ID
4. Company Point of Contact (POC)
5. Company POC Phone Number
6. Company POC Email
7. Company Website
8. A Statement of capability to deliver the services listed above, including a list of existing federal contracts for similar services, if available.
The capability statement request is not a Request for Quotations, Request for Proposals, or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting information regarding your company's ability to provide the services listed above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The capabilities will be used to determine if the acquisition will be set-aside for small business or if it will be an unrestricted procurement (all business size). Other than small businesses (i.e., large businesses) are requested to respond to this notice in the event the market does not indicate enough small business interest to support a set-aside. This posting is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the market research. Thank you for your participation and interest in serving our nation s Veterans.
Please email information to Nicole.Burski@va.gov. Include Sources Sought Notice 36C26326Q0027 in the Subject field of your email.