Navigate the lattice: hubs for browsing, trends for pricing signals.
This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). Pursuant to the Veterans First Contracting Program, the VA is trying to determine if there are qualified Service-Disabled Veteran Owned Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of providing the below Teleradiology Services to the to the Dayton VA Medical Center (VAMC). Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify ALL potentially interested sources. The Principle NAICS Code: 621512, Diagnostic Imaging Centers with a business size standard of $19.0 Million. Product Service Code (PSC): Q522 Medical Radiology The anticipated performance period will be for a base year with the possibility of four (4), one (1) year option renewals to be exercised at the Governments discretion. General Requirements: The Contractor s radiologists providing teleradiology services must be Board Certified in Radiology. Services shall be consistent with The Joint Commission (TJC) and meets or exceeds VA and the American College of Radiology Guidelines. Teleradiology contractors are expected to provide specialty and subspecialty interpretations of Diagnostic Imaging procedures as a 24/7/365 service, to include 24/7/365 in house IT support, TJC, ACR certified internal peer review (RADPEER) and credentialing mechanisms, dedicated communication support staff to communicate results to referring providers, and a web-based access with a single telephone number. Additionally, 24/7/365 support provided through a connection which is Multiprotocol Label Switching (MPLS) capable, meets speeds of 10 Gig per second, and has redundancy to allow transmission of multiple studies simultaneously and maintain connectivity in cases of primary connection malfunction. Approximately 18,000 RVUs will be performed annually. The contractor will act as an overflow outlet during the hours of 0700-1900 M-F. The contractor may be the primary service for the hours of 1900-0700 M-F, Federal Holidays, and weekends. A minimum of ten (10) board certified radiologists will be required for this procurement. INTERESTED PARTIES: All interested firms must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information: Business name, address, website, SAM Unique Entity Identifier (UEI) number, person of contact name including telephone number, and email address. Socioeconomic business status (e.g., Service Disabled Veteran-Owned, Veteran-Owned, Women-Owned, Disadvantaged Small Business, 8(a) etc.). A capability statement including a summary of previous experience providing Teleradiology Services for the Veterans Health Administration or other healthcare entities within the last three years. Provide company name, address, person of contact telephone number, email address, and value of each project. Do you intend to submit a proposal if a solicitation is issued. Responses to this market survey should be emailed to Karen.Williams4@va.gov no later than February 6, 2026 at 2:00pm Eastern Standard Time. The results of this market research will assist in the development of the requirement and the acquisition strategy (e.g. small business set-aside, full and open competition, etc.) The VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 621512 (last 12 months), benchmarked to sector 62.