This solicitation is for Gastroenterology physician services to support the Central Iowa VA Health Care System. The government is procuring these services to provide care to VA beneficiaries.
Provision of onsite Gastroenterology physician services.
Services must meet or exceed currently recognized national standards as established by the American College of Physicians-Internal Medicine and the American College of Gastroenterology.
Physicians must be Board Certified by the American Board of Internal Medicine (ABIM) in Internal Medicine and currently certified in Basic Life Support (BLS) and Advanced Cardiac Life Support (ACLS) or equivalency.
Physicians must have at least 2 years of experience in Gastroenterology at the physician/NP level.
Compliance with all VA privacy and security requirements, including specific training (e.g., HIPAA, Infosec).
Adherence to specific infection control measures, including tuberculosis testing, immunizations, and other required screenings.
Physicians must possess current, full, and unrestricted licenses to practice medicine.
Physicians must not have had any license restricted, suspended, revoked, voluntarily revoked, voluntarily surrendered pending action, or denied upon application.
Physicians must be credentialed and privileged according to VHA directives.
Physicians must be technically proficient and able to speak, understand, read, and write English fluently.
Mandatory training requirements include ACLS/BLS, Active Threat Training, EHR, Government Ethics, and others as specified.
Physicians must comply with standard infection control measures, including tuberculosis testing, immunizations, and other required screenings.
Physicians must have a current DEA certificate.
Physicians are prohibited from referring VA patients to their own practice.
Physicians shall not perform inherently governmental functions.
Physicians must provide discharge education and follow-up instructions.
Physicians shall participate in quality improvement meetings and staff meetings.
Physicians shall complete appropriate QM/PI documentation.
Physicians shall follow patient safety and infection control standards, reporting incidents promptly.
Physicians must maintain licensing, registration, and certification.
Physicians must complete all required training on time.
Physicians must comply with privacy, confidentiality, and HIPAA regulations.
Physicians must be aware of and comply with all laws, regulations, policies, and procedures relating to Privacy, Confidentiality, and HIPAA.
Physicians must not have any breaches of privacy or confidentiality.
Physicians must be registered in SAM.gov.
Physicians must not be on the HHS OIG List of Excluded Individuals/Entities.
Physicians must not be listed on the FASC-prohibited list.
Physicians must not provide or use covered telecommunications equipment or services.
Physicians must not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
Physicians must not deliver any FASC-prohibited unmanned aircraft system.
Physicians must not operate a FASC-prohibited unmanned aircraft system on or after December 22, 2025.
Physicians must not use Federal funds to procure or operate a FASC-prohibited unmanned aircraft system on or after December 22, 2025.
Physicians must not conduct any restricted business operations in Sudan.
Physicians must not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996.
Physicians must not knowingly engage in any transaction that exceeds $15,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates.
Physicians must not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran.
Contract Type: Firm-fixed price.
Period of Performance: Base period from 02/01/2026 to 12/31/2026, with four one-year option periods.
Estimated Value: Not explicitly stated, but the solicitation is for commercial products and services.
Offers must be submitted by 12/22/2025 at 10:00 am CST.
Offers must include a signed SF 1449, completed price schedule, signed Conflict of Interest Memo, signed Immigration Certification, signed Quality Assurance Surveillance Plan (QASP), and Signed Contractor Rules of Behavior.
Additional documentation for evaluation includes: Contingency Plan for emergency substitutions, Quality Control Plan, and for each professional/key personnel: listing of staff, CVs, copies of degrees/licenses/certifications, BLS/ACLS certifications, and malpractice/medical liability insurance certificates.
Evaluation Factors (in descending order of importance):
- Technical Excellence (qualifications, experience, clinical skills, management/administrative capabilities, responsibility, past performance).
- Past Performance.
- Price.
- Veterans Involvement (SDVOSB/VOSB status and proposed use of SDVOSBs/VOSBs as subcontractors).
Proposals must be submitted electronically via email to angela.stewart438@va.gov.
This procurement is set aside for small businesses under NAICS code 621111.
Offerors must have an active SAM.gov registration upon submission of an offer and award.
The solicitation number is 36C26326Q0204.
The solicitation issue date is 12-11-2025.
The offer due date is 12-22-2025.
The NAICS code is 621111 with a size standard of $16 Million.
The contract will be administered by the Department of Veterans Affairs, Network 23 Contracting Office.
Payment will be made via electronic funds transfer through the Tungsten Network.
Offerors must acknowledge receipt of any amendments to the solicitation.
The contract includes FAR clauses 52.212-1, 52.212-3, and 52.212-4. FAR 52.212-5 is attached.
The contract includes VAAR clauses 852.211-76, 852.232-72, 852.237-70, 852.237-75, 852.242-71, and 52.252-2.
Section D includes contract documents, exhibits, or attachments such as QASP, Organizational Conflicts of Interest, Contractor Certification, and Contractor Rules of Behavior.
Section E includes solicitation provisions such as Instructions to Offerors and Representations.
The evaluation of offers will be based on a comparative evaluation process, with best value expected.
The government may accept other than the lowest price or most highly technically evaluated quote.
The government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations.
The government may accept an offer (or part of an offer) without further action by either party.
The offeror agrees to hold prices firm for 90 calendar days from the date specified for receipt of offers.
Questions regarding the solicitation must be submitted via email to angela.stewart438@va.gov by 8:00 am Central Time on December 17, 2025.
Procurement history can be researched at fpds.gov.
Joint ventures must provide a certification from each SDVOSB joint partner.
Offerors must submit pricing proposals separate from technical proposals.
The offeror must not provide or use covered telecommunications equipment or services.
The offeror must not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
The offeror must not deliver any FASC-prohibited unmanned aircraft system.
The offeror must not operate a FASC-prohibited unmanned aircraft system on or after December 22, 2025.
The offeror must not use Federal funds to procure or operate a FASC-prohibited unmanned aircraft system on or after December 22, 2025.
The offeror must not conduct any restricted business operations in Sudan.
The offeror must not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act of 1996.
The offeror must not knowingly engage in any transaction that exceeds $15,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates.
The offeror must not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran.
The offeror must disclose any non-compliance with prohibitions in paragraphs (c) or (d) within 72 hours to the contracting office.
Protests must be filed in accordance with FAR 52.233-2 and VAAR 852.233-70.
Alternate protest procedures are available via VAAR 852.233-71.
Solicitation provisions incorporated by reference are listed in Section E.9.
Evaluation criteria are detailed in Section E.10.