W065--VISN10 Home 02 Services (IN & MI)
ID: 36C25025R0061Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Home Health Care Services (621610)

PSC

LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (W065)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the provision of Home Oxygen Services across various VA Medical Centers in Indiana and Michigan, under Solicitation Number 36C25025R0061. The contract aims to deliver comprehensive home oxygen and ventilation services, including the rental and supply of oxygen concentrators, cylinders, ventilators, and associated medical equipment for an estimated 5,000 beneficiaries. This initiative is crucial for ensuring that veterans receive timely and effective respiratory support, with services including delivery, setup, maintenance, and 24/7 emergency support. The contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses, with proposals due by December 12, 2025. Interested parties should contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further details.

    Point(s) of Contact
    Kristina L PeartContract Specialist
    kristina.peart@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 10 issued an amendment to solicitation 36C25025R0061 for home oxygen services, extending the offer receipt deadline to November 11, 2025. This amendment clarifies numerous questions from offerors regarding the Performance Work Statement (PWS) and pricing schedule. Key clarifications include confirming the contract for five ordering periods, specifying that electronic submissions are not allowed, defining roles for Patient Service Technicians (PSTs) and Respiratory Therapists (RTs), outlining contractor responsibilities for traveling patients and equipment, and detailing requirements for background checks, facility locations, and data submission. The updated pricing schedule now includes a Cough Stimulating Device and clarifies billing for various oxygen systems and ancillary equipment. The VA also addressed questions regarding estimated patient counts, historical utilization data, and the contract's maximum value, emphasizing its flexibility as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Additionally, the amendment confirms the acceptance of CPARS for past performance and outlines expectations for transition-in/out activities and emergency response services.
    This document is Amendment 0002 to Solicitation 36C25025R0061, issued by the Department of Veterans Affairs, Network Contracting Office 10, to all offerors/bidders. The primary purpose of this amendment is to extend the deadline for the receipt of offers. The original solicitation date was September 26, 2025, and the effective date of this amendment is November 4, 2025. The new extended hour and date for receipt of offers is November 13, 2025, at 13:00 EST. This extension is due to the previous deadline falling on a Federal Holiday. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, or by acknowledging it on each copy of the submitted offer, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of offers.
    This document is an amendment to Solicitation Number 36C25025R0061, issued by the Department of Veterans Affairs, Network Contracting Office 10. The amendment, number 0003, dated 11-13-2025, primarily extends the deadline for receipt of offers to December 12, 2025, at 15:00 EST. The purpose of this extension is to allow for additional changes to the solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging it on their offer, or by separate communication. Failure to acknowledge may result in the rejection of their offer. Kristina L. Peart is the Contracting Officer for this amendment.
    This document is an amendment to Solicitation Number 36C25025R0061 for Home Oxygen Services in VISN 10 (Indiana and Michigan) for veterans. The amendment, 0004, effective November 19, 2025, from the Department of Veterans Affairs, Network Contracting Office 10, makes changes to the Performance Work Statement (PWS) section 6.3, revises instructions for proposal submission, and modifies the price schedule. Key changes include updating reporting requirements for oxygen concentrator usage and transitioning proposal submissions from hard copies and CDs to electronic email submissions. Offerors must now submit separate emails for pricing and technical information, with specific formatting, page limits (200 for technical, 30 for price), and redaction instructions to ensure anonymity during technical evaluation. Proposals will be evaluated based on Technical Capability, Quality Control Program, and Past Performance, with price considered for fairness and reasonableness. Offerors must be registered in SAM and submit all required certifications. Past performance questionnaires are crucial and must be sent directly to the government by references.
    The government file, primary ID 36C25025D0093, titled "IN/MI Home Oxygen EM," outlines a comprehensive requirement for home oxygen and related medical equipment rental and supply services across multiple VA Medical Centers in Indiana and Michigan. This includes facilities in Ann Arbor, Battle Creek, Detroit, Indianapolis, Fort Wayne, and Saginaw. The services encompass various oxygen concentrator types (rental with backup, portable gaseous, portable), different sizes of refillable oxygen cylinders (M, H, E, D, B, C), and liquid oxygen systems. Additionally, the scope of work requires the provision of associated medical devices and supplies such as demand nasal cannulas, pulse conserver devices, overnight oximeters, suction machines (rental and portable), 50 psi compressors, various ventilators (negative pressure, pressure support with volume control, Astral, Luisa), oxygen thermal fuses, closed suction catheters, heated humidifiers, nebulizers with compressors, tracheostomy care supplies, inline HME, PAP pressure valves, variable concentration trach masks, and sip n' puff mouthpiece ventilation systems. The repeated listing of these items under different VA facility IDs indicates a standardized need for these services across the specified locations.
    The Department of Veterans Affairs, Network Contracting Office 10 (NCO10), has issued a presolicitation notice for Home Oxygen Services for approximately 5,000 beneficiaries across various VISN 10 VA Medical Centers in Indiana and Michigan. This will be a single-award, firm-fixed-price Indefinite-Delivery Indefinite Quantity (IDIQ) contract with a five-year ordering period. The solicitation, expected around September 26, 2024, is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code is 621610 with a $19 million size standard. Offerors must provide all necessary labor, management, healthcare professionals, equipment, supplies, and transportation for home oxygen services. Interested parties must be registered with SAM.gov and monitor the site for solicitation updates. The response date is October 27, 2025, at 13:00 Eastern Time.
    This government solicitation, 36C25025R0061, is an RFP for Home Oxygen services for an estimated 5,000 beneficiaries across various VA Medical Centers within VISN 10, including locations in Michigan and Indiana. The contract, valued up to $45,000,000.00, requires the chosen contractor to provide comprehensive home oxygen and ventilation services, including delivery, setup, maintenance, and emergency support 24/7. Key requirements include adherence to Joint Commission standards, patient education, and detailed documentation. The contractor must manage equipment, handle prescription changes, provide portable oxygen for travel, and ensure timely service delivery. Invoices are to be submitted monthly through Tungsten Network. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 621610 and a size standard of $19 Million.
    This government file details a request for proposals (RFP) from the VA Ann Arbor Healthcare System for the lease or rental of various medical equipment, primarily focusing on oxygen delivery systems and related accessories. The contract period for all items is from January 3, 2025, to January 2, 2026. Key items include oxygen concentrators with varying flow rates (up to 5 LPM and 10 LPM), portable liquid oxygen systems, overnight oximeters, suction machines, air compressors, ventilators, oxygen thermal fuses, humidifiers, nebulizers, tracheostomy supplies, and continuous positive airway pressure (PAP) devices. The RFP emphasizes that conserving devices, backup systems, and delivery services for resupply and relocation should be included in the monthly rental price for applicable equipment. The principal NAICS code for this procurement is 621610, Home Health Care Services, and the product/service code is W065, Lease or Rental of Equipment - Medical, Dental, and Veterinary Equipment and Supplies.
    The document is an RFP (Request for Proposal) for VISN10 Home 02 Services, specifically focusing on durable medical equipment rentals and associated supplies for various VA Medical Centers in Indiana and Michigan. It lists numerous items available for rent or refill, primarily categorized under oxygen therapy equipment (concentrators, cylinders, liquid oxygen systems, portable systems), ventilators, and related accessories. Key items include different flow rate oxygen concentrators, portable gaseous and liquid oxygen systems, various cylinder sizes for backup and primary use, and specialized equipment for ventilator patients such as suction machines, humidifiers, nebulizers, tracheostomy care supplies, and different types of masks. The document details that regulators and conserving devices are included in monthly rental prices for applicable equipment, and backup systems are provided at no cost. It also specifies that cylinder refills/replacements are invoiced per cylinder and are not recurring rental charges. The services are designated for VA Ann Arbor Healthcare System, Battle Creek VA Medical Center, Detroit VAMC, Indianapolis VAMC, NIHCS VAMC (Fort Wayne & Marion), and Aleda E. Lutz VAMC.
    This government RFP, 36C25024R0147, details the requirements for "VISN10 Home 02 Services" in Indiana and Michigan, focusing on the rental and provision of various oxygen and ventilation equipment, along with associated supplies and services, for Veterans. The RFP outlines comprehensive lists of items for several VA Medical Centers including VA Ann Arbor, Battle Creek VAMC, Detroit VAMC, Indianapolis VAMC, NIHCS VAMC (Fort Wayne & Marion), and Aleda E. Lutz VAMC (Saginaw). Key items include oxygen concentrators with different flow rates and backup systems, portable gaseous and liquid oxygen systems, refillable oxygen cylinders of various sizes, and related accessories such as regulators, humidifiers, and cannulas. Additionally, the RFP covers the rental of portable oxygen concentrators, overnight oximeters, suction machines, compressors, and various types of ventilators (negative pressure and pressure support). It also specifies the provision of disposable supplies for ventilator patients, including closed suction catheters, heated humidifiers, portable suction machines, nebulizers with compressors, tracheostomy care supplies, inline HMEs, PAP pressure valves, and different types of masks (variable concentration, oral/nasal, full face PAP).
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q999 - VISN 12 Home Oxygen Delivery Services
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Home Oxygen Delivery Services for various facilities within the Veterans Integrated Service Network (VISN) 12, including locations in Wisconsin, Illinois, and Michigan. The procurement aims to ensure the delivery, setup, maintenance, and management of both government-furnished and contractor-owned oxygen equipment, along with associated supplies and patient education. These services are critical for supporting veterans' respiratory health and ensuring compliance with safety standards. Interested contractors can contact Joni Dorr at joni.dorr@va.gov or by phone at 414-844-4858 for further details, with the contract structured as a firm-fixed-price IDIQ over a five-year period.
    Tucson Home Oxygen Bridge Contract
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Tucson Home Oxygen Bridge Contract, aimed at providing essential home oxygen services to veterans. This procurement is critical for ensuring that veterans have access to necessary medical care and support, particularly in managing respiratory conditions. The contract falls under the medical general health care category, emphasizing the importance of reliable oxygen supply for patient well-being. Interested vendors can reach out to Shavon Bogan at shavon.bogan@va.gov or call 562-766-2216 for further details regarding the submission process and any inquiries related to the contract.
    Bulk Oxygen and Tank Rentals
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the provision and rental of bulk medical-grade liquid oxygen and associated tank services for four VA Medical Centers located in Alabama and Georgia. The procurement includes the supply and maintenance of bulk oxygen tanks, installation of new tanks if necessary, and a telemonitoring system for remote level tracking, with a focus on timely deliveries and emergency services available within 24 hours. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), is structured as a firm-fixed-price agreement with a base year and four one-year options, emphasizing compliance with FDA and other regulatory standards. Interested parties must submit their offers electronically by December 19, 2025, and are required to attend mandatory site visits from December 1-4, 2025, to avoid disqualification; for further inquiries, contact Leonard Robinson at leonard.robinson@va.gov.
    Q999--Notice of Intent - Home Oxygen Services - MONTANA (Ft. Harrison) Interim Contract
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Northwest Respiratory Services for Home Oxygen Services in Montana (Ft. Harrison). This interim contract, structured as a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, aims to provide essential home oxygen services to Veteran beneficiaries in VISN 19 while a new long-term contract is being established. The estimated period of performance for this contract is from April 1, 2026, to March 31, 2027, and interested firms must submit written notifications with supporting evidence by December 5, 2025, at 10:00 AM Mountain Time to the Contracting Officer, Danielle Kramer, at danielle.kramer@va.gov. The applicable NAICS code is 532283, with a size standard of $41 million, and contractors must be registered in the System for Award Management (SAM) to be eligible.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Home Oxygen and Ventilator Services for the Augusta VA Healthcare System in Georgia. This procurement aims to ensure that veterans have access to essential home health equipment, specifically focusing on the rental of medical equipment necessary for respiratory support. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the importance of supporting veteran entrepreneurs in the healthcare sector. Interested parties should contact Leonard Robinson at leonar.robinson@va.gov for further details, as the presolicitation notice indicates that the procurement process is underway.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    J065--Medical Gas Inspections, Testing and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the inspection, testing, and maintenance of medical gas systems at the James J. Peters VA Medical Center in Bronx, NY. The contract encompasses the annual inspection and certification of various medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets, adhering to established safety standards such as NFPA 99 and ASSE certifications. This procurement is critical for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to the Contract Specialist, Christopher J Weider, at Christopher.Weider@va.gov, with the contract set to begin on January 13, 2026, and a total value determined by the proposals received.
    Industrial O2 Tank Procurement & Installation Services- QTY2 EA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for the procurement and installation of two industrial oxygen tanks at the Seattle VA Medical Center. The project involves decommissioning existing tanks, procuring and installing new primary and reserve oxygen tanks, and ensuring a continuous supply of medical-grade oxygen during the transition, all in compliance with NFPA 99 requirements. This initiative is critical for maintaining the medical facility's operational capabilities and ensuring patient safety. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, and can direct inquiries to Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.
    Home Sleep Apnea Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    Y1NZ--598-23-107 Med Gas Deficiencies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a project titled "Y1NZ--598-23-107 Med Gas Deficiencies," aimed at addressing medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves comprehensive construction work, including leak repairs, installation of new fittings, wiring, and controls, as outlined in a 2022 Medical Gas Analysis report. The project is valued between $2,000,000 and $5,000,000, with a performance period of 240 calendar days following the issuance of the Notice to Proceed, and proposals are due by January 23, 2026. Interested contractors must be VetCert SDVOSB verified, registered in the System for Award Management (SAM), and are encouraged to contact Contract Specialist Julius Jones at Julius.Jones@va.gov for further details.