Q301--Diagnostic Medical Physicist Services RLRVAMC
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, issued a Solicitation (36C25026Q0156) for Board-Certified Diagnostic Medical Physicist Services at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, and its affiliated outpatient centers. This opportunity was a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The solicitation, including Amendment A0001, indicated offers were due by March 2, 2026, at 3:00 PM Eastern Time. Note: This due date precedes the overall opportunity's published date of March 30, 2026, confirming the solicitation has closed.
Scope of Work
The contractor was to provide on-site Diagnostic Medical Physicist services, including:
- Imaging Equipment Inspections: Annual, post-major repair, and new installation inspections for CT, Fluoroscopy, MRI, Nuclear Medicine, PET, Diagnostic X-Ray, and Dental equipment.
- Protocol Optimization: CT and Fluoroscopy protocol review for dose optimization.
- Radiation Protection: Lead shielding design, calculation, verification reports, and assistance to the Radiation Safety Officer (RSO) with exposure calculations, fetal dose estimations, incident reviews, and committee meetings.
- Additional Services: Performance testing of new/relocated equipment, review of facility's quality assurance program, and 24/7 phone/electronic consultation services. All services were required to 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, from April 1, 2026, through March 31, 2031.
- Estimated Value: Up to $19.5 Million, with a maximum quantity of 2,600 diagnostic services across all ordering periods.
- Minimum Guarantee: Three (3) diagnostic services in the initial fiscal year.
Eligibility & Submission
- Set-Aside: This was a total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors were required to be certified and listed in the SBA certification database.
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services), with a size standard of $19.5 million.
- Submission: Offers were to be submitted electronically to Michelle.Ford2@va.gov. Required submissions included SF 1449 completion, pricing, proof of insurance, FAR/VAAR provision completions, and signed attachments, including Amendment A0001.
- Evaluation Factors: Past Performance, Prior Experience, and Price.
- Contact: Michelle C. Ford, Contracting Officer, michelle.ford2@va.gov, 734-222-7151.
Important Notes & Attachments
Key attachments included a Quality Assurance Surveillance Plan (QASP), VA National Rules of Behavior, Contractor Certification for Immigration, Organizational Conflicts of Interest (OCI) statement, and Past Performance Questionnaires. Travel and lodging were not to be reimbursed. Offerors were required to acknowledge Amendment A0001.