6515--FY26 North Florida-South Georgia Home Oxygen Base Plus 4
ID: 36C24825R0029Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Home Health Equipment Rental (532283)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

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

    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide home oxygen and medical equipment management services for the North Florida/South Georgia VA Healthcare System. The contractor will be responsible for supplying, installing, maintaining, and repairing various oxygen and respiratory devices, including complex systems such as ventilators and cough assists, while ensuring compliance with Joint Commission standards and providing 24-hour emergency support. This contract is crucial for delivering essential healthcare services to eligible veterans across 32 Florida and 19 Georgia counties, with a base period of one year and four optional one-year extensions. Interested offerors must submit their proposals to Contracting Officer Yolanda Glover at yolanda.glover@va.gov by the revised deadline of October 27, 2025, at 4:00 PM EST, following the recent amendment due to a Government Accountability Office protest.

    Point(s) of Contact
    Yolanda GloverContracting Officer
    (352) 381-5712
    yolanda.glover@va.gov
    Files
    Title
    Posted
    This document is Amendment A0001 to Solicitation 36C24825R0029 for Home Oxygen services in North Florida and South Georgia for FY26. The amendment addresses vendor questions, provides revised price/cost schedules (B.2), and a revised Statement of Work (B.4), along with vendor questions and answers (D.7). Offerors must acknowledge this amendment and submit proposals using the revised schedule by July 29, 2025, at 4:00 PM EST. The solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside under NAICS code 532283 (Home Health Equipment Rental) and PSC 6515 (Medical and Surgical Instruments, Equipment, and Supplies). The contract includes a base period from October 1, 2025, to September 30, 2026, and four one-year option periods extending through September 30, 2030, for various home oxygen and related medical equipment services.
    Amendment A0002 to Solicitation 36C24825R0029, titled 'FY26 North Florida/South Georgia Home Oxygen-Base+ 4,' has been issued by the Department of Veterans Affairs. This amendment's primary purpose is to suspend the proposal due date, originally July 29, 2025, to allow the Government to answer additional, timely submitted questions. All offerors must acknowledge this amendment. The new proposal due date is now August 8, 2025, by 4:00 PM Eastern Time. Proposals should be submitted to the Contracting Officer, Yolanda Glover, at yolanda.glover@va.gov. Late submissions will be handled according to FAR 52.212-1(c). This modification ensures fairness by providing all necessary information before the final submission, reflecting an extension of the solicitation's response period and an update to key deadlines and contact information for this federal RFP.
    The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), issued an amendment (0003) to Solicitation Number 36C24825R0029. This amendment, effective June 12, 2025, extends the proposal due date to August 25, 2025, at 4:00 PM EDT. The purpose of this extension is to address a protest, with a subsequent amendment planned to answer remaining questions and provide a new proposal due date. All other terms and conditions of the original solicitation remain unchanged. Offers must acknowledge receipt of this amendment by returning copies, acknowledging on the offer, or submitting a separate communication referencing the solicitation and amendment numbers.
    This document is a modification to Solicitation 36C24825R0029 for North Florida-South Georgia Home Oxygen-Base Plus 4 services, issued by the Department of Veterans Affairs. The primary purpose of this amendment is to suspend the original proposal due date and address a protest. The new proposal submission deadline has been changed from August 8th, 2025, to August 25th, 2025, at 4:00 PM Eastern Time. All offerors are required to acknowledge this amendment. Future amendments will provide answers to timely submitted questions and establish a new proposal due date. Proposals must be submitted electronically to the Contracting Officer, Yolanda Glover, at yolanda.glover@va.gov. Late submissions will be handled according to FAR 52.212-1(c). The solicitation is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC).
    Amendment A0004 to Solicitation 36C24825R0029 for Home Oxygen services in North Florida/South Georgia has been issued. The purpose of this amendment is to suspend the original proposal due date of August 25, 2025. This suspension allows the Government to answer remaining timely submitted questions that were not addressed in the initial amendment. The new proposal due date is now Monday, September 15, 2025, by 4:00 PM EST. All offerors must acknowledge this amendment and submit proposals to Yolanda Glover, the Contracting Officer, at yolanda.glover@va.gov. Late submissions will be handled according to FAR 52.212-1(c).
    Amendment A0005 to Solicitation 36C24825R0029 for Home Oxygen services in North Florida/South Georgia modifies a previous notice. The amendment addresses vendor questions, revises contract administration data, updates the price/cost schedule with new performance period dates (April 1, 2026, to March 31, 2031, including a base year and four option years), revises the Statement of Work, and includes updated wage determinations. The proposal due date has been extended to September 24, 2025, at 4:00 PM EST. Offerors must acknowledge this amendment, and late submissions will be handled per FAR 52.212-1(c). The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), with NAICS code 532283 and PSC 6515. The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), is the contracting office.
    Amendment A0006 to Solicitation 36C24825R0029, titled "FY26 North Florida-South Georgia Home Oxygen-Base Plus 4," modifies a previous notice by providing updated attachments. These include B.1 Revised Contract Administration Data, B.4 Revised Statement of Work, D.4 Revised Wage Determinations, and D.7 Revised Vendor Questions and Answers. Additionally, the amendment extends the proposal submission deadline to September 25th, 2025, at 4:00 PM EST. All offerors must acknowledge this amendment, and proposals should be submitted to Yolanda Glover, the Contracting Officer, at yolanda.glover@va.gov. This modification ensures all necessary documentation is current and provides additional time for offerors to submit their proposals for this SDVOSBC set-aside contract by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8).
    This document is a modification to Solicitation 36C24825R0029 for Home Oxygen services in North Florida/South Georgia. The purpose of this amendment is to inform all offerors that a Government Accountability Office (GAO) protest was filed on September 22, 2025, which has led to the suspension of the original proposal due date. The new proposal due date is now October 27, 2025, at 4:00 PM Eastern Time. All offerors are required to acknowledge this amendment and submit their proposals to Contracting Officer Yolanda Glover at yolanda.glover@va.gov by the revised deadline. Late submissions will be handled according to FAR 52.212-1(c). The contracting office is located in Tampa, FL, and the point of contact is Yolanda Glover.
    The Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), has issued an amendment to solicitation 36C24825R0029. This amendment extends the proposal due date from September 25, 2025, to October 27, 2025, at 4:00 PM EDT. The purpose of this extension is to address a Government Accountability Office (GAO) protest filed on September 22, 2025, regarding the solicitation. The amendment serves to notify all offerors/bidders of the protest and to suspend the proposal due date to allow the protest to be addressed. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for the Home Oxygen Service required by the North Florida/South Georgia VA Healthcare System. This notice serves to identify qualified vendors capable of providing comprehensive Home Oxygen and Medical Equipment Management Services, including patient education, equipment management, and maintenance. The contractor will be responsible for managing various oxygen systems and supplies for all beneficiaries serviced by the healthcare system. The proposed contract will consist of a base period of twelve months with four additional twelve-month options, and is governed under the applicable NAICS code 532283. Interested vendors must submit written responses by 01/13/2025, detailing company information, interest, unique entity identifier, and socio-economic status. This notice is for market research purposes only, and no funds will be allocated for submitted proposals, as it does not initiate a formal solicitation.
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), intends to procure Home Oxygen Services and Supplies for the North Florida/South Georgia Healthcare System. This solicitation, identified by the solicitation number 36C24825R0029, is set for release on or before June 3, 2025, and aims for a contract reserved for service-disabled veteran-owned small businesses (SDVOSBC). The acquisition will take the form of an Indefinite Delivery Contract, with relevant provisions from Federal Acquisition Circular 2025-03 effective as of January 17, 2025. The applicable NAICS code for this procurement is 532283, relating to home health equipment rental, with a size standard of $41 million. Interested offerors are required to be registered in the System for Award Management (SAM) and must monitor the associated webpage for updates. The response deadline for submissions is set for July 7, 2025, by 4:00 PM Eastern Time.
    The Department of Veterans Affairs is issuing a Request for Proposals (RFP) for the procurement of Home Oxygen supplies and services for the North Florida/South Georgia VA Health System. The solicitation, identified by number 36C24825R0029, is set to accept proposals until July 7, 2025, at 4:00 PM Eastern Time and is a set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). This contract encompasses a base period plus four one-year options, adhering to FAR provisions for commercial item solicitation. Interested vendors must be verified on the SBA’s website and registered in the System for Award Management. The procurement includes a trade-off evaluation process that enables the government to consider factors beyond just pricing. Questions from vendors must be submitted prior to June 18, 2025, with responses provided by June 23, 2025. The solicitation documentation includes additional attachments relevant to business agreements and quality assurance plans necessary for compliance. This procurement initiative demonstrates the VA's focus on enhancing healthcare services through veteran-owned businesses while following federal acquisition standards.
    The document outlines a contract solicitation from the Department of Veterans Affairs (VA) for Home Oxygen and Medical Equipment Management services in North Florida/South Georgia. It is intended for the contractors to supply equipment, provide patient education, and manage installation and maintenance of oxygen systems for eligible veterans. The awarded contract will be a single firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ), covering a base period of one year, with the potential for four additional one-year ordering periods. Key responsibilities include providing setups, switch-outs, safety checks, equipment maintenance, and emergency services, ensuring compliance with VA policies and Joint Commission standards. A contractor's local presence near the Gainesville VA Medical Center is mandated for effective service delivery. The document details invoicing procedures and compliance with government regulations, stipulating that services must be documented and billed correctly to prevent discrepancies. The anticipated contract value is up to $15 million, reflecting the scope and scale of services required for an average of 1800 patients annually, underscoring the critical role of home oxygen services in veteran healthcare.
    The North Florida/South Georgia Health System released a Request for Proposals (RFP) for Home Oxygen supplies and services, structured as a combined synopsis/solicitation in accordance with Federal Acquisition Regulation (FAR) guidelines. This IDIQ contract involves a base period and four additional 12-month ordering periods and is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Vendors must be verified on the U.S. Small Business Administration site and registered in the System for Award Management (SAM). The associated NAICS code is 532283 with a small business size standard of $41M. Evaluation of proposals will follow a trade-off process allowing the government to consider factors beyond pricing. Interested parties must submit queries by June 30, 2025, and proposals by July 14, 2025, both via email to the designated Contracting Officer. Important documents such as the Statement of Work and other attachments can be found within the solicitation. The aim is to ensure timely and compliant procurement of critical home oxygen services for the health system while adhering to federal guidelines.
    The document serves as Amendment A0001 to Solicitation 36C24825R0029, addressing the procurement of home oxygen services for the North Florida South Georgia VA Healthcare System. It provides updates to vendor inquiries, a revised Price/Cost Schedule, and a modified Statement of Work, emphasizing that all proposals must acknowledge this amendment and be submitted by July 29, 2025, at 4 PM EST. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and outlines various medical equipment rentals, including home oxygen tanks and support services, with a contract period commencing from October 1, 2025. This procurement aims to ensure Veterans receive essential home oxygen support, highlighting the government’s commitment to serving Veterans through quality healthcare services. The amendment also mandates that any proposal submitted must reference the correct solicitation number. Key details about deliverables, quantities, and pricing structures are included to guide potential contractors in fulfilling the requirements accurately.
    The Department of Veterans Affairs has issued an amendment to Solicitation 36C24825R0029 regarding the North Florida/South Georgia Home Oxygen contract. This amendment, numbered A0002, extends the proposal due date from July 29, 2025, to August 8, 2025, at 4:00 PM Eastern Time, to allow for the resolution of additional questions submitted by bidders that were not addressed in the initial amendment. All offerors must acknowledge this amendment as part of their proposal submissions to the Contracting Officer, Yolanda Glover. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code 6515 within the related NAICS Code of 532283. The document serves to maintain transparency and ensure that interested vendors are informed of necessary updates, highlighting the federal contracting process's emphasis on fairness and clarity in competitive bidding. This adjustment reflects the agency's commitment to thorough consultation with potential offerors, ensuring comprehensive evaluation and consideration of all proposals.
    This government file outlines revised contract administration data for home oxygen services, detailing critical procedures for contractors. Key aspects include electronic funds transfer for payments, with invoices submitted monthly on government receipt and acceptance via the VA's Electronic Invoice Presentment and Payment System (Tungsten). Invoices must be detailed, include specific patient and service information, and be submitted within ten days of the month following service. The document specifies conditions for payment, including prohibitions on billing third-party insurance and penalties for unauthorized deliveries or expired prescriptions. It also covers contract modifications, requiring all changes to be approved by the Contracting Officer. The contract has a guaranteed minimum of $1,000.00 and a maximum of $15,000,000.00. Ordering officers are authorized to place orders, and contractors must maintain a local service office and warehouse.
    The Department of Veterans Affairs (VA) North Florida/South Georgia VA Healthcare System (NF/SGVAHS) seeks a contractor for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide home oxygen and medical equipment management. The contractor will supply, install, maintain, and repair various oxygen and respiratory devices, including complex systems like ventilators and cough assists. Key requirements include patient education, safety management, and compliance with Joint Commission standards. The contractor must have an office/warehouse within 20 miles of Gainesville VAMC and possess five years of experience. Services cover 32 Florida and 19 Georgia counties, serving an estimated 1800 patients monthly. The contract spans a 12-month base period and four 12-month ordering periods, with emergency services available 24/7. Reporting, quality assurance, and adherence to safety protocols for equipment and patient care are critical.
    The Department of Veterans Affairs (VA) North Florida/South Georgia VA Healthcare System (NF/SGVAHS) requires a contractor for Home Oxygen and Medical Equipment Management. This IDIQ contract involves providing, installing, and maintaining home oxygen equipment, ventilators, cough assists, and related supplies for eligible VA patients across 32 Florida and 19 Georgia counties. The contractor must have an office/warehouse within 20 miles of Gainesville VAMC, possess five years of experience, and maintain Joint Commission accreditation. Services include patient education, safety management, emergency preparedness, infection control, and 24-hour emergency support. The contract has a one-year base period and four one-year option periods, emphasizing patient safety, equipment maintenance, and adherence to VA directives and Joint Commission standards. The contractor is responsible for comprehensive reporting, quality assurance, and compliance with all applicable regulations, with a focus on timely service and patient care.
    The North Florida/South Georgia VA Healthcare System (NF/SGVAHS) has issued a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on home oxygen and medical equipment management. The selected contractor will provide various services, including patient education, delivery, installation, maintenance, and repairs of oxygen equipment and related supplies. Key responsibilities involve establishing operational parameters for equipment, ensuring oxygen purity, and providing ongoing patient training on equipment use and safety. The contractor must be located within 20 miles of the Gainesville VAMC and maintain compliance with Joint Commission standards. Contract performance encompasses managing around 1,800 eligible veteran patients across specified counties in Florida and Georgia, including logistics for equipment setup and emergency services. The RFP outlines specific qualifications for contractors, including experience in complex home oxygen systems and adherence to rigorous safety standards. Additionally, a quality assurance framework mandates regular reporting and inspections to meet VA policies and ensure patient safety. The contract period includes one base year and four optional renewal years. Overall, this initiative underscores the VA's commitment to providing high-quality healthcare services to veterans in need of home oxygen therapy and medical equipment support.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and a specified Business Associate establishes the requirements for the handling of Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. The agreement defines roles, underscores the ownership of PHI, and delineates how PHI may be used or disclosed, emphasizing minimum necessary standards and the requirement for the Business Associate to implement appropriate safeguards. Key obligations include notifying the VA of any breaches, providing reports of PHI incidents, and ensuring any subcontractors adhere to the same privacy conditions. The agreement also outlines the responsibilities of the VA, including not making requests that would violate legal provisions and maintaining proper notification procedures regarding PHI authorizations. The BAA emphasizes the importance of compliance with federal laws, the protection of individuals' privacy, and the handling of PHI in a secure manner. Clauses regarding the amendment of the agreement, termination processes, and review timelines are also included to ensure ongoing compliance and facilitate effective communication. This document plays a crucial role in the context of government RFPs and grants as it sets forth essential privacy requirements for organizations handling sensitive health information on behalf of the VA.
    The Business Associate Agreement between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) outlines the obligations for handling Protected Health Information (PHI) in accordance with HIPAA regulations. It establishes the roles of the "Business Associate," who processes PHI on behalf of the VA, and the "Covered Entity," which is the VA itself. Key provisions include that PHI remains the property of the Covered Entity, specifies permissible uses and disclosures of PHI, and mandates safeguards to protect this sensitive information. The Business Associate must notify the VA of any breaches within 24 hours and provide a detailed report of any incidents within ten business days. The Agreement emphasizes compliance with minimum necessary standards and requires that all contractors and subcontractors also adhere to strict confidentiality guidelines. The Agreement is subject to periodic review and automatically terminates upon completion of the associate's duties or breach of contract. Overall, this document is designed to ensure the secure handling of veterans' health data, reflecting the government's commitment to patient privacy and legal compliance in health information management.
    The document outlines the Past Performance Questionnaire for a solicitation by the Department of Veterans Affairs (VA) concerning the Home Oxygen Delivery project. It consists of two main parts: Part 1, to be completed by the offeror, requires detailed information about relevant contracts or projects executed within the past five years, including specifics such as contract number, total value, period of performance, number of service vehicles, and a description of services provided. Part 2 is intended for assessors to evaluate the offeror's past performance, emphasizing aspects like service quality, timeliness, customer satisfaction, management effectiveness, financial capability, safety, and compliance. Each of these areas is rated on a scale from Exceptional to Unsatisfactory, with space for additional comments. The objective is to gauge past performance history to inform decision-making in the awarding of contracts, reflecting the VA's focus on ensuring quality and reliability in services provided to veterans. The document delineates clear standards for assessment, aiming for a comprehensive and objective evaluation of contractors’ qualifications and performance risks.
    The document outlines a Past Performance Questionnaire related to the solicitation number 36C24825R0029 for Home Oxygen Delivery services within the Department of Veterans Affairs (VA) Health System. It is divided into two parts: Part 1 is completed by the Offeror, providing details about their previous projects or contracts within the last five years, including contractor information, contract specifics, and the services provided. Part 2, to be completed by an assessor, evaluates the Offeror’s past performance based on various criteria—quality, timeliness of performance, customer satisfaction, management effectiveness, financial management, safety/security, and overall compliance. Each criterion employs a rating scale from Exceptional to Unsatisfactory. Assessors are required to provide a narrative on strengths and weaknesses to support their ratings. The questionnaire aims to gather essential information to assess the Offeror’s reliability and capability to deliver the required services, thereby facilitating informed decision-making for contract awards. This process underscores the VA's commitment to ensuring high-quality, effective, and safe services for veterans.
    The North Florida/South Georgia Home Oxygen Quality Assurance Surveillance Plan outlines key measures to ensure the timely and safe delivery of home oxygen services to VA patients. The plan emphasizes six main areas of focus: 1) Timeliness of service delivery within 24 hours of order receipt, 2) Timeliness of quarterly and monthly visits, 3) Vendor audits concerning compliance and equipment management, 4) Findings from home visits addressing safety and prescription adherence, 5) Monitoring and reporting of falls related to oxygen equipment, and 6) Assessing incidents of fire hazards associated with oxygen use. Each measure employs a random sampling technique for surveillance, with an acceptable quality level aimed at achieving a 95% compliance rate, except for falls and fires, which target a 0% incident rate. The quarterly results of these evaluations are pivotal for maintaining standards and ensuring patient safety in the provision of home oxygen services. Overall, this plan conveys the commitment to quality oversight and patient care within the scope of federal health services.
    The North Florida/South Georgia Home Oxygen Quality Assurance Surveillance Plan outlines essential measures for ensuring the timely and safe delivery of home oxygen services to VA patients. Key performance indicators include the timeliness of service delivery, adherence to quarterly and monthly visits, vendor audits, and home visit findings related to equipment compliance and safety. Each measure uses random sampling of 5% of patient files for quarterly analysis, ensuring a 95% acceptable quality level. Additionally, the plan addresses the prevention of incidents related to falls and fires, establishing a zero tolerance for these occurrences tied to oxygen equipment. The surveillance protocol emphasizes ongoing evaluation through home visits by qualified personnel to identify and mitigate risks effectively. This comprehensive surveillance strategy is pivotal in maintaining high standards of care and safety for vulnerable patients utilizing home oxygen therapies.
    This document outlines the mandatory wage determinations from the Department of Labor (DOL) that apply to a federal solicitation and any resulting contract. It emphasizes that the listed wage determinations, such as WD 2015-4477 (Rev 32) and WD 2015-4493 (Rev 29), available on sam.gov, are not exhaustive. Contractors are responsible for obtaining and evaluating all applicable wage determinations for each locality where performance will occur. All listed wage determinations were first posted on sam.gov on July 8, 2025. This ensures compliance with federal labor standards and fair wages for employees under the contract.
    The document provides details on wage determinations applicable to a specific solicitation, where contractors are responsible for obtaining wage determinations for various localities from the Department of Labor (DOL) via the SAM.gov website. It lists several wage determinations identified by their respective WD numbers, revisions, and dates posted, all set to expire on December 23, 2024. Each WD includes a hyperlink for contractors to access specific local wage guidelines. The content emphasizes contractor responsibility in evaluating wage determinations relevant to their area of performance. This information is crucial for compliance with federal contracting regulations, ensuring that contractors pay appropriate wages according to locality, thus aligning with the requirements outlined in government Requests for Proposals (RFPs) and grants. Overall, the document serves as a reminder for contractors to prioritize wage compliance in government contracts.
    This document outlines the wage determinations applicable to a federal solicitation, emphasizing compliance with local pay scales as determined by the Department of Labor (DOL). Contractors are responsible for reviewing and securing the appropriate wage determinations for their locality, ensuring adherence to labor regulations in contract performance. The document provides a list of specific wage determinations, each with its revision number and posting date on the System for Award Management (sam.gov), with all listings effective until December 23, 2024. The primary message underscores the importance of proper wage evaluation to align contractor compensation with applicable federal standards, which is vital for maintaining compliance within federally funded projects and RFPs. The focus on wage determinations highlights the government's commitment to fair labor practices and ensuring workers receive appropriate compensation based on local requirements.
    The document provides insights into a series of federal and state/local Requests for Proposals (RFPs) and grants. It outlines a structured approach to securing funding for various projects, highlighting the importance of compliance with federal regulations and local guidelines. Central to this is the emphasis on detailed project descriptions, budgetary requirements, and the need for comprehensive planning to ensure successful grant applications. Key topics include project scope, eligibility criteria, and compliance measures that organizations must meet to secure funding. The document also emphasizes the necessity of clear communication between applicants and funding agencies, advising on the inclusion of relevant experience and capacity to manage funded projects. It illustrates the competitive nature of securing grants, stressing that detailed and well-constructed proposals can significantly improve an organization’s chances of receiving funding. Overall, the RFP and grant framework aims to enable organizations to better tackle community needs, infrastructure improvements, and social initiatives, while maintaining transparency and accountability in the use of public funds. The structured guidelines serve as a roadmap for organizations navigating the complex landscape of federal and local funding opportunities.
    The document focuses on a government procurement initiative involving an RFP (Request for Proposal) related to various federal and state grants and RFPs. It details the procedural requirements for vendors to submit proposals, emphasizing the importance of compliance with federal regulations and local guidelines. Key components include eligibility criteria, necessary documentation, project specifications, and evaluation metrics for selecting winning bids. The RFP process is structured to ensure transparency, fairness, and accountability in government contracting. Additionally, the document outlines the expectations for project execution, including timelines, quality standards, and financial management. Safety regulations and the importance of maintaining public trust through effective communication and outreach with stakeholders are also highlighted. This procurement initiative reflects the government's commitment to fostering a competitive marketplace while ensuring taxpayer funds are utilized effectively and efficiently.
    The document outlines the VAAR 852.219-75 Notice of Limitations on Subcontracting, which relates to compliance for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It details the requirements that contractors must adhere to regarding subcontracting limitations: for services, no more than 50% of contract payments can go to non-certified firms; for general construction, it is 85%; and for special trade contractors, it is 75%. Contractors must also acknowledge the legal implications of false certifications and agree to provide documentation for compliance verification when requested by the VA. Non-compliance consequences may include fines, referral to suspension and debarment, or criminal prosecution. Moreover, submissions for contracts must include a signed certification confirming adherence to these limitations. This document is pivotal in promoting the participation of veteran-owned businesses in federal contracting while ensuring accountability and compliance in subcontracting practices.
    The Request for Proposal (RFP) Number 36C24825R0029 outlines revised questions and answers regarding a federal government contract for home oxygen and medical equipment services. Key points clarify that all estimated quantities are annual and that contractor staff, including Licensed Respiratory Therapists (RCPs), are required for complex setups (oxygen over 4 LPM, cough assists, and ventilators). The document details invoicing procedures, including a one-time setup fee for both VA-owned and vendor-owned equipment, and confirms secure email as an acceptable submission method. It also addresses various Line Item Numbers (LINs) for services like H/M tank setups, portable system rentals, cylinder refills, unscheduled pickups, cough-assist support, and veteran relocation, specifying whether these are one-time or monthly fees. The RFP emphasizes that all required licenses, permits, accreditations, and certificates, including Joint Commission accreditation for homecare, must be in place prior to contract award. Additionally, it clarifies the scope of services, equipment ownership (primarily VA-owned, with contractor-owned as a backup), and the 30-day transition period for new contractors. The document also provides guidance on billing for disaster response and the contractor's responsibility to manage VA-owned equipment inventory.
    RFP Number: 36C24825R0029 outlines Q&A for a federal government Request for Proposal concerning home oxygen, aerosol therapy, cough assist, and ventilator care services. Key points address annual quantity confirmation, subcontractor experience requirements, and setup/delivery fees for both VA and vendor-owned equipment. The document clarifies invoicing procedures, emphasizing secure email and the use of a specialized Excel macro program. It details billing for various oxygen cylinder refills and addresses
    The document addresses inquiries related to Request for Proposal (RFP) Number 36C24825R0029, concerning the provision of medical oxygen equipment and related services for veterans through the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contractor is required to have at least five years of experience administering home oxygen services and includes Licensed Respiratory Therapists for complex setups. Key points include confirmation that estimated quantities for services are annual, clarification on invoicing procedures, and specifications on fees for various setups and rentals related to oxygen equipment. The document specifies that while some services involve one-time fees, others are billed monthly, and it outlines the need for proper documentation and patient care plans by licensed professionals. The emphasis on maintaining high standards of healthcare within the provisions reflects the government's commitment to ensuring veterans receive adequate respiratory therapy support. Additionally, it notes that billing and inventory management must follow structured guidelines as specified in the RFP.
    Similar Opportunities
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    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.
    Bulk Oxygen and Tank Rentals
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the supply 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 provision of contractor-owned tanks, timely deliveries, emergency services, and compliance with federal and state regulations, including FDA and USP standards. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), will operate under a firm-fixed-price agreement with a base year and four option years, running from March 1, 2026, to February 28, 2031. Interested parties must submit their offers electronically to Leonard Robinson at leonard.robinson@va.gov by December 19, 2025, and are required to attend mandatory site visits from December 1-4, 2025, to avoid disqualification.
    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.
    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
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    J065--Patient Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services for the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to perform semi-annual inspections, annual preventive maintenance, and annual load testing on approximately 500 patient lift systems across multiple facilities, including the Malcom Randall and Lake City VA Medical Centers. This maintenance is crucial for ensuring the safety and reliability of patient handling equipment, which plays a vital role in the care of veterans. Quotes are due by December 9, 2025, at 16:00 EST, and questions must be submitted by November 24, 2025, to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov.
    Medical Gas Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement specifically requires contractors to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems, which are essential for patient care in healthcare facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by December 1, 2025, at 2:00 PM ET, following a mandatory site visit scheduled for November 24, 2025, at 10:00 AM ET. For further inquiries, contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    6835--Medical Gas and Cylinders Syracuse VA Solicitation
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 02, is seeking a contractor to provide medical gases and cylinders to various VA facilities within the VISN 2 region, including the Syracuse VA Medical Center and its associated clinics. The contractor will be responsible for the comprehensive management of medical gases, which includes providing, filling, transporting, handling, servicing, maintaining, delivering, picking up, and storing these gases and cylinders, along with all necessary equipment and materials. This procurement is particularly significant as it supports the healthcare needs of veterans, ensuring they receive essential medical services. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with responses due by November 12, 2025. Interested parties can reach out to Contract Specialist Ryan Seburn at Ryan.Seburn@va.gov or by phone at 315-751-6369 for further details.