Home Sleep Apnea Testing
ID: 36C25526Q0083Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (36C25526Q0083) is a Request for Proposal (RFP) issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 15, for Home Sleep Apnea Testing (HSAT) services for Veteran beneficiaries of the John J. Pershing VA Medical Center (JJP VAMC) in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics (CBOCs). The contract is an Indefinite Delivery Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP) contract with a base period and four option years, running from May 1, 2026, to April 30, 2031. It is a 100% total small business set-aside. The contractor will provide HSAT equipment, instruction, 24/7 technical support, and scoring reports for sleep studies, which must be reviewed by certified sleep technicians. The equipment must be FDA-approved, compatible with Somnoware software, and meet specific channel requirements. The contractor is responsible for delivery, pickup, maintenance, and sanitization of equipment according to CDC guidelines. All services must comply with AASM, Joint Commission, or ACHC standards. Invoices are to be submitted monthly, and the total estimated award amount is $20.5 million.
    The John J. Pershing VA Medical Center is seeking a sole source procurement for home sleep apnea equipment due to its unique compatibility with existing Somnoware software. This compatibility is crucial for seamless data transfer, real-time monitoring, and accurate patient record integration, enhancing workflow efficiency and patient care. Replacing the current Somnoware system would be cost-prohibitive, involving significant expenses for new software, equipment, training, and integration. Market research was conducted, and while several small businesses and SDVOSBs responded to sources sought, the essential requirement for Somnoware compatibility precludes other manufacturers. The Contracting Officer determined the anticipated cost is fair and reasonable based on an Independent Government Cost Estimate and will continue to assess pricing and the necessity of Somnoware compatibility before exercising contract options.
    This government Request for Proposal (RFP) from the John J. Pershing VA Medical Center (JJP VAMC) seeks a contractor to provide Home Sleep Apnea Testing (HSAT) services for Veteran beneficiaries. The contractor will supply all necessary personnel, equipment, and support for at-home sleep studies, including delivering FDA-approved, Somnoware-compatible HSAT equipment to Veterans' residences and retrieving it. The services encompass patient instruction, 24/7 technical support, and off-site scoring of sleep tests by certified sleep technicians. The contractor must provide web-based access to test data and scoring for JJP VAMC physicians within 72 hours of study completion. The contract has a base period and four option years, running from February 15, 2026, to February 14, 2031. Key requirements include strict adherence to CDC guidelines for equipment sanitization, HIPAA compliance for data transfer, and specific certifications for sleep technicians. The contractor is responsible for all equipment maintenance, repairs, and upgrades at no additional cost to the government.
    Lifecycle
    Title
    Type
    Home Sleep Apnea Testing
    Currently viewing
    Sources Sought
    Similar Opportunities
    6515--Portable Sleep Monitoring System
    Buyer not available
    The Department of Veterans Affairs, specifically the Pittsburgh Healthcare System, is seeking potential sources to provide 20 new portable sleep monitoring systems to aid in the diagnosis and treatment of sleep apnea. The procurement emphasizes the need for systems that can monitor various sleep parameters, including apnea episodes and oxygen levels, and must meet specific technical requirements, including integration with the VA Somnoware Sleep System and compliance with the VA Technical Reference Model. These systems are crucial for improving patient health by accurately diagnosing sleep apnea, which is linked to serious health complications. Interested vendors must submit their responses, including company details and capability information, via email to Contract Specialist Jeff Mann by December 11, 2025, at 12:00 PM Eastern Time, as this notice is for market research purposes only and no solicitation document is currently available.
    SLEEP STUDIES CLE
    Buyer not available
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    W065--VISN10 Home 02 Services (IN & MI)
    Buyer not available
    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.
    6515 - Digital Transcutaneous Monitor to Measure Blood Gases
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 4, is soliciting bids for a Digital Transcutaneous Monitor to be utilized by the VA Pittsburgh Healthcare System's Sleep Lab. The procurement involves one new Carbon Dioxide (CO2) Digital Monitoring System, which must meet specific requirements for measuring transcutaneous oxygen and carbon dioxide tension, pulse rate, and vital signs, along with necessary installation services. This equipment is critical for conducting daily patient sleep studies, ensuring high-quality care for veterans. Interested small businesses must submit their proposals, including a Letter of Authorization from the Original Equipment Manufacturer (OEM), by adhering to the solicitation guidelines available on the SAM.gov website. For inquiries, potential offerors can contact Nathan Lohr at nathan.lohr@va.gov or by phone at 412-628-3595.
    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.
    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.
    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.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    6520--36C25925R0043 Eastern Colorado Healthcare System & Cheyenne VA Medical Center Dental Laboratory Implants and Repair Base Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide dental laboratory services for the Eastern Colorado Healthcare System and the Cheyenne VA Medical Center. The contract encompasses the fabrication and repair of fixed, removable, and implant prostheses, with a focus on high-quality services that meet stringent standards set by the VA, including adherence to FDA and ANSI regulations. This procurement is critical for ensuring that veterans receive timely and effective dental care, with an estimated contract value of $13.6 million. Interested offerors must submit their proposals by December 1, 2025, and can direct inquiries to Contract Specialist Natasha L Holland at Natasha.Holland@va.gov.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.