6835--Bulk Oxygen in support of Veteran Integrated Service Network (VISN) 20 - See solicitation documentation for locations - Multiple locations within PNW
ID: 36C26024Q0953Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

MEDICAL GASES (6835)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a contract to supply bulk oxygen and associated services for the Veteran Integrated Service Network (VISN) 20, covering multiple locations in the Pacific Northwest, including Idaho, Washington, and Oregon. The procurement includes the delivery of medical-grade liquid bulk oxygen, telemetry monitoring services, and tank rentals, with specific requirements for various tank sizes and emergency delivery capabilities. This initiative is crucial for ensuring the timely provision of medical supplies to support the healthcare needs of veterans in the region. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their proposals electronically by December 30, 2024, at 1 PM Eastern Time, with the contract performance period set to begin on February 1, 2025, and extend through January 31, 2030. For further inquiries, potential bidders can contact Contracting Officer Jennifer Robles at jennifer.robles1@va.gov.

    Point(s) of Contact
    Jennifer RoblesContracting Officer
    -
    -
    jennifer.robles1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking bids for Bulk Oxygen Services as part of a combined synopsis/solicitation for the Veterans Integrated Services Network (VISN) 20. This solicitation, identified by number 36C26024Q0953, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS Code 325120, which has a small business size standard of 1,200 employees. The expected period of performance for the contract includes a base year from February 1, 2025, to January 31, 2026, with up to four option periods extending to January 31, 2030. Proposals must be submitted electronically to the designation of Jennifer Robles by 1 PM Eastern Standard Time on December 30, 2024, and all questions regarding the RFQ should be directed to her by December 3, 2024. Late submissions will not be accepted, and the government is not obligated to respond to inquiries received after the deadline. This initiative reflects the VA's commitment to sourcing services from veteran-owned businesses while ensuring compliance with federal guidelines.
    This document is an amendment to a previous combined solicitation for the procurement of bulk oxygen to support the Veteran Integrated Service Network (VISN) 20, covering multiple locations in the Pacific Northwest. The contracting office, located in Vancouver, WA, is seeking responses by December 30, 2024, at 1 PM Eastern Time. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code 6835 with the NAICS code of 325120. Additional information includes an attachment detailing the amendment and a price cost schedule updated as of December 10, 2024. The primary point of contact for this solicitation is Contracting Officer Jennifer Robles, who can be reached at jennifer.robles1@va.gov. The document outlines the specifications and requirements for vendors interested in providing bulk oxygen to the Department of Veterans Affairs, indicating a focused effort to enhance the support services for veterans in the region.
    The document outlines an amendment to a previous combined solicitation for Bulk Oxygen services to support the Veteran Integrated Service Network (VISN) 20, with multiple locations in the Pacific Northwest. The contracting office is situated at the Department of Veterans Affairs in Vancouver, WA, under solicitation number 36C26024Q0953. The response deadline is set for February 18, 2025, at 4 PM Mountain Time. The solicitation is designated as set-aside for Service-Disabled Veteran-Owned Small Business concerns (SDVOSBC) and is linked to product service and NAICS codes pertinent to chemical manufacturing. Contracting Officer Jennifer Robles is the point of contact for interested parties. Additional information, including related documents, is referenced for further details regarding the solicitation. This amendment signifies ongoing efforts by the VA to secure necessary medical supplies and services tailored to the needs of veteran care in the region.
    This government document represents an amendment to a solicitation issued by the Department of Veterans Affairs, specifically by Network Contracting Office 20. The amendment provides several crucial updates. Firstly, it introduces a waiver for the non-manufacturer rule applicable under NAICS code 325120. Secondly, it modifies the existing Virginia Administrative Code (VAAR 852.219-76) concerning limitations on subcontracting and compliance requirements for service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs). Additionally, the amendment alters the Blanket Purchase Agreement's period of performance to extend from May 1, 2025, to April 30, 2030. Lastly, it extends the deadline for receipt of offers to February 18, 2025, at 4 PM Mountain Standard Time. These changes aim to enhance contract compliance, ensure the participation of small businesses, and clarify expectations for bidders and contractors. Overall, the document underscores the federal government's ongoing commitment to supporting veteran-owned enterprises and regulatory adherence within government contracting.
    The document serves as an amendment to solicitation 36C26024Q0953, issued by the Department of Veterans Affairs, specifically related to a supply contract for bulk liquid oxygen. It addresses questions submitted by potential bidders and provides essential updates, including an updated Price Cost Schedule for VISN 20. Key topics discussed include the nature of the contract (confirmed as a supply contract), procedures for annual inspections of Government-Furnished Equipment (GFE) tank systems, proof of authorization for reselling bulk liquid oxygen, and requirements for liability insurance. The amendment clarifies that inspections are handled at individual facility levels and outlines compliance with the Nonmanufacturer Rule, ensuring that suppliers adhere to stipulated limitations. Additionally, it confirms the responsibilities of offerors regarding insurance validation and the need for facilities to define their reorder points for delivered oxygen. Corrected tank sizes are included in the updated price schedule. Overall, the amendment emphasizes the importance of clear communication and documentation among contractors while ensuring compliance with government regulations in the procurement process related to medical gas supplies.
    The Department of Veterans Affairs (VA) plans to establish a Single Award Blanket Purchase Agreement (BPA) for medical-grade liquid bulk oxygen, bulk storage devices, and associated services for Veterans Integrated Service Network (VISN) 20. The BPA aims to ensure timely delivery of medical oxygen, with a maximum delivery timeframe of seven calendar days, and emergency supplies within 24 hours. The contract's performance period spans from February 1, 2025, to January 31, 2030, incorporating several option periods for potential extension. The awarded contractor must comply with federal, state, and local regulations, maintain liability insurance, and obtain necessary licenses and certifications for the oxygen supply. Key performance requirements include ensuring accurate deliveries, proactive communication for product recalls, and emergency support strategies to address contingencies. Compliance with rigorous safety standards and the provision of training for VA staff are also mandated. The BPA will not automatically obligate funding; costs will be incurred based on individual orders issued under the agreement. Statements of work will be detailed in each order, with contract oversight maintained by authorized VA contracting personnel. This procurement reflects the VA's commitment to providing essential medical services to Veterans while adhering to strict regulatory standards.
    The document outlines a government procurement request aimed at securing bulk oxygen supplies, telemetry monitoring services, and tank rentals for various VA Medical Centers in the Northwest region, including Idaho, Washington, and Oregon. The specific requirements include detailed quantities of bulk oxygen measured in hundreds of cubic feet, emergency delivery fees, and telemetry monitoring services which are crucial for managing and overseeing the oxygen supply systems at multiple facilities. Locations mentioned include Boise, Spokane, Portland, Vancouver, and Roseburg VA Medical Centers, specifying the size and type of storage tanks required, such as 500-gallon and 3000-gallon tanks, both main and backup configurations. The document emphasizes the total quantities estimated for base and option periods, with a focus on ensuring timely delivery and operational readiness for medical facilities. By compiling detailed specifications and a structured breakdown of services needed, the document reflects the government's efforts to maintain robust healthcare support for veterans while adhering to established contracting protocols and standards within governmental procurement processes.
    The document outlines a Request for Proposals (RFP) for the supply and management of bulk oxygen and telemetry monitoring services across several VA medical centers in the Northwest U.S. Key services specified include the emergency delivery of bulk oxygen in 100 cubic feet increments and telemetry monitoring for various storage tank sizes, ranging from 400 gallons to 6000 gallons. The RFP indicates multiple facilities such as the Boise VA Medical Center, Mann-Grandstaff VA Medical Center, and others, detailing their specific oxygen requirements and tank rentals, which are to be provided monthly for durations specified (up to 12 months) across different option periods. Each center has defined quantities of oxygen and required monitoring services, alongside associated emergency delivery fees. The document emphasizes the need for adherence to safety protocols and efficient service delivery to fulfill the healthcare demands of veterans. Additionally, pricing structures are segmented by base years and option periods reflecting potential renewal terms. This RFP demonstrates the government's commitment to maintaining optimal healthcare resources for its veteran population while enabling competitive bidding from qualified contractors.
    Similar Opportunities
    Q201--Oxygen Cylinders
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a contract to supply oxygen cylinders and related medical gas services to the John J. Pershing VA Medical Center and the Cape Girardeau VA Health Care Center. The contract encompasses the filling, transporting, handling, delivering, and storing of medical cylinder gases for an initial base year, with the possibility of four additional one-year extensions. This procurement is critical for ensuring the availability of medical gases, which are essential for patient care and treatment in healthcare facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by March 14, 2025, and can direct inquiries to Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1975.
    Home Oxygen Services (Beckley, WV)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services at the Beckley VA Medical Center in West Virginia, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, will span five years and encompass the provision, installation, and maintenance of home oxygen equipment, along with necessary patient education and safety assessments. This procurement is vital for ensuring that veterans receive reliable respiratory therapy services, thereby enhancing their quality of care. Interested contractors should contact Crystal Hinton at crystal.hinton@va.gov, with a minimum contract guarantee of $25,000 and a maximum potential value of $7 million, and proposals are due by March 27, 2025.
    6835--VISN 16 - Medical Gases
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to supply medical gases for its Veterans Integrated Service Network (VISN) 16 facilities. This procurement involves a firm fixed price contract for the delivery, filling, transportation, and maintenance of various medical gases, including nitrogen, oxygen, helium, and specialty gases, over a five-year period from August 30, 2025, to August 29, 2030. The contract is crucial for ensuring that veterans receive the necessary medical support, with a minimum guaranteed value of $25,000 and a total contract ceiling of $6,975,000. Interested parties must submit their quotes by April 10, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles J Morin, via email at charles.morin@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    6835--Medical Gas & Cylinder Rental for VAMHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking service-disabled veteran-owned small businesses (SDVOSB) to provide medical gas and cylinder rental services for the Maryland Health Care System (VAMHCS) at its facilities in Baltimore, Loch Raven, and Perry Point. The procurement includes requirements for timely delivery of medical gases, with an emergency delivery obligation within four hours of notification, and emphasizes compliance with safety regulations regarding compressed gases. This contract, valued at a minimum of $2,000 and a ceiling of $900,000, will be valid for five years starting April 1, 2025, with quotations due by March 19, 2025. Interested vendors can direct inquiries to Contracting Officer Ryan Singletary at ryan.singletary@va.gov, with a deadline for questions set for March 11, 2025, and site visit requests due by March 6, 2025.
    6835--Loma Linda Medical Gas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas services at the VA Loma Linda Healthcare System in California. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 325120, with the objective of securing reliable medical gas services to enhance patient care within the facility. The anticipated contract will be a firm fixed-price agreement for the period from May 1, 2025, to April 30, 2026, with proposals due by March 21, 2025, at 15:00 Pacific Time. Interested vendors should direct their inquiries to Contract Specialist Victor Oliveros at victor.oliveros@va.gov and ensure their proposals include all required documentation.
    Q509--VISN 20 Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for onsite Primary Care Physician Services within the Veterans Integrated Service Network 20, which encompasses multiple locations across Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential healthcare services at various VA medical centers and clinics. This contract is particularly significant as it is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Proposals are due by March 31, 2025, with the solicitation expected to be released around March 1, 2025; interested parties can contact Scott Reed at scott.reed2@va.gov or call 509-321-1909 for further information.
    Q509--VISN Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for onsite primary care physician services within Veterans Integrated Service Network 20, which includes facilities in Oregon, Washington, and Idaho. The procurement aims to secure board-certified or board-eligible physicians in Internal Medicine or Family Practice to provide essential primary care at various VA Medical Centers (VAMCs) and associated clinics. This opportunity is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a small business size standard of $16 million under NAICS code 621111. Interested contractors should note that the RFP is expected to be released around April 1, 2025, with proposals due by April 30, 2025, and can contact Scott A. Reed at scott.reed2@va.gov or 509-321-1909 for further information.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    J043--FY25: OVAHCS Medical Gas Testing and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Medical Gas Testing and Preventative Maintenance contract at the Orlando VA Healthcare System (OVHCS), with an estimated value of approximately $34 million. The contract encompasses comprehensive services including testing, certification, and emergency response for medical gas systems across multiple OVHCS locations, ensuring compliance with safety standards and operational efficiency critical to patient care. Contractors must possess certifications from the American Society of Sanitary Engineering (ASSE) and adhere to stringent documentation and regulatory requirements throughout the contract term. Interested parties should contact Robert R Edwards at Robert.Edwards2@va.gov for further details and to submit proposals in accordance with the solicitation guidelines.
    6505--Radiopharmaceuticals For The Portland VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of radiopharmaceuticals for the Portland VA Medical Center. This opportunity, identified by solicitation number 36C26025Q0237, aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply essential nuclear medicine supplies, ensuring 24/7 availability and prompt delivery for patient care. The procurement is particularly significant as it supports the medical needs of veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their proposals by March 28, 2025, at 13:00 Pacific Time, and can direct inquiries to José Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.