Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a Sources Sought Notice for market research purposes. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Services Required: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA) James H. Quillen VA Medical Center (JHQ VAMC) requires a full range of Anesthesiology Services be provided in a private hospital, office, or clinic environment to Veterans. There is currently NO contract in place for these services. It is anticipated that it will take approximately 6-12 months to award a new contract. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition methodology. NAICS Code: 621111 and sized standard is $16 Million. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and verified through the Small Business Administration at https://search.certifications.sba.gov/. Additionally, all Offerors responding to a solicitation must have an active registration in the System for Award Management (SAM) at the time of proposal submission. Project requirements: Contractor will provide locum tenens anesthesiology services at the James H. Quillen VA Medical Center (JHQVAMC) in Mountain Home, Tennessee. The contractor shall provide board-certified anesthesiologists to support the facility s surgical and procedural operations, including on-call coverage during evenings, weekends, and federal holidays. Services include, but are not limited to: Pre-operative evaluations Administration of anesthesia during surgical and procedural cases Post-anesthesia care and monitoring Emergency and urgent anesthesia services Participation in interdisciplinary care planning All staff must complete mandatory VA training, including but not limited to HIPAA, infection control, patient safety, and cybersecurity. Statement of Work: See attached for a DRAFT Statement of Work. Anticipated Period of Performance: Period of performance is projected to be for a period of five (5) years with ordering periods but is subject to change. SOURCES SOUGHT QUESTIONNAIRE Company Name ___________________________________________ POC ___________________________________________ Phone Number ___________________________________________ Email Address ___________________________________________ UEI ___________________________________________ 1. Is your firm considered a Small Business? The North American Industry Classification System (NAICS) code is tentatively 621111; the small business size standard for this NAICS code is $16 Million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. Is your business considered any of the following? [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)** [ ] yes [ ] no Veteran Owned Small Business (VOSB)** [ ] yes [ ] no Historic Underutilized Business Zone (HUBZONE) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Woman Owned Small Business (WOSB) [ ] yes [ ] no Small Business (SB) **If you responded yes to SDVOSB or VOSB, submit a copy of your current Vendor Information Pages (VIP) Certificate. 2. Does your firm have an active registration in the System for Award Management (SAM)? [ ] yes [ ] no 3. Have you provided Outpatient Clinic Services under NAICS 621111 to a Federal Agency in the past? If so, please list experience. 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern Anesthesiology Services and/or this requirement. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). Note: Do not include proprietary, classified, confidential, or sensitive information in responses. Please e-mail your questionnaire response with the above information to Ramona Bonness (ramona.bonness@va.gov) with the subject line "Sources Sought Notice: Anesthesiology Services by 11:00am CT on February 10, 2026. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published to the System for Award Management. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
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 621111 (last 12 months), benchmarked to sector 62.