6515--Sleep Lab Pkg
ID: 36C26226Q0036Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking quotations for a Sleep Lab Package intended for the Loma Linda Healthcare System in California. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring vendors to be verified SDVOSBs and to provide equipment that meets the American Academy of Sleep Medicine (AASM) standards, supports HL7 and DICOM interfaces, and includes telehealth capabilities. The solicitation, originally numbered 36C26226Q0036, has been cancelled, with a new solicitation expected to be posted in the coming weeks; interested parties should contact Hanan McCullick at Hanan.McCullick@va.gov or 562-766-2234 for further information.

    Point(s) of Contact
    Hanan McCullickContract Specialist
    (562) 766-2234
    Hanan.Mccullick@va.gov
    Files
    Title
    Posted
    This Combined Synopsis/Solicitation Notice, SOLICITATION NUMBER 36C26226Q0036, is issued by the Department of Veterans Affairs, Network Contracting Office 22, for a "Sleep Lab Package." The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under Product Service Code 6515 and NAICS Code 339112. Responses are due by November 4, 2025, at 15:00 Pacific Time. The point of contact is Hanan McCullick (Hanan.McCullick@va.gov, 562-766-2234). The place of performance is the Department of Veterans Affairs, Loma Linda VA HCS, located at 11201 Benton Street, Loma Linda, CA 92357. Additional details are provided in the attached Request for Quotation (RFQ).
    The Department of Veterans Affairs (VA) Network Contracting Office 22 has issued an amendment to cancel the previous combined solicitation 36C26226Q0036 for a Sleep Lab Package. This Request for Quote (RFQ) is immediately cancelled, with a new solicitation expected to be posted in the coming weeks. The original solicitation, identified by NAICS code 339112 and PSC 6515, was a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The point of contact for this cancellation is Hanan McCullick at Hanan.McCullick@va.gov. The place of performance for the Sleep Lab Package was to be the Loma Linda VA HCS in Loma Linda, CA.
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice for a Sleep Lab Package at the Loma Linda VA Medical Center. This Request for Information (RFI) aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of supplying, installing, configuring, validating, and providing ongoing technical support and maintenance for a sleep lab product. The required product must integrate with VA legacy systems like VistA/CPRS, provide real-time alerts, and meet American Academy of Sleep Medicine (AASM) standards for Type I-IV sleep studies. It must also support HL7 and DICOM interfaces, utilize NeuroWorks and SleepWorks diagnostic software, and offer telehealth/remote sleep study capabilities with EEG/PSG certification by Citrix. Interested contractors must respond by October 15, 2025, with company information, small business status, product details, contract history, estimated installation time, general pricing, and a detailed capability statement with reference contracts. Failure to provide all requested information may impact the VA's set-aside determination.
    The Department of Veterans Affairs (VA) is seeking quotations for a Sleep Lab Package for the Loma Linda Healthcare System. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement, requiring vendors to be verified SDVOSBs in DSBS.SBA.gov. The solicitation, number 36C26226Q0036, is for commercial items, with offers due by October 31, 2025, 3:00 PM PST. The required sleep lab equipment must meet full American Academy of Sleep Medicine (AASM) standards, support HL7 and DICOM interfaces, utilize NeuroWorks and SleepWorks software, and have telehealth capabilities. Evaluation will be based on the lowest-priced quotation meeting all salient characteristics. Contractors must adhere to specific delivery, recall, safety, personnel, invoicing, and payment terms, and provide an Authorized Distributor Letter from the OEM. Federal Acquisition Regulation (FAR) clauses, including those on commercial item terms, conditions, and executive orders, apply.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    6515--Sleep Lab Pkg
    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.
    H265--Diagnostic Equip Testing & Certification
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Diagnostic Equipment Testing and Certification, specifically seeking certified medical physicists to conduct tests and certifications of imaging equipment. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541690, highlighting the importance of supporting veteran-owned businesses in the healthcare sector. The RFQ is expected to be posted on or about December 9, 2025, with responses due by December 18, 2025, at 1:00 PM Eastern Time. Interested parties should direct any questions to Contracting Officer Marcus Watts via email at marcus.watts@va.gov, ensuring inquiries are submitted no later than 24 hours prior to the closing date.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.
    6515--36C257-26-AP-0814 VISN PROSTHETICS XL Blood Pressure Monitor with AccuFitâ„¢ Extra Large Cuff VMOC INVENTORY
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the procurement of an XL Blood Pressure Monitor with an AccuFit™ Extra Large Cuff, specifically designed to accommodate arm sizes ranging from 16.5 to 23.6 inches. This requirement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the product service code 6515, with a NAICS code of 339113, indicating its classification within the surgical appliance and supplies manufacturing industry. The equipment will be utilized at the CPU Prosthetics facility located in Bonham, Texas, highlighting its importance in providing essential medical supplies for veterans. Interested vendors should direct inquiries to Contracting Specialist Damon Crawford at damon.crawford@va.gov or by phone at 254-560-0348, with responses due by 1:00 PM Central Time.
    Q502--691 | Cardiovascular Technology Staffing | VA Greater Los Angeles Healthcare System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 22, is seeking a contractor to provide Cardiovascular Technologist Staffing Services for the VA Greater Los Angeles Healthcare System. This procurement will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a performance period of five years and funded task orders awarded annually. The services are critical for supporting the healthcare needs of veterans, ensuring that qualified cardiovascular technologists are available to deliver essential medical care. The solicitation is set to be released electronically on or about December 18, 2025, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties can contact Contracting Officer Bill Cook at william.cook2@va.gov for further information.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.
    6515--PHOTHERAPY BOOTH
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24726Q0148) to identify potential vendors capable of supplying a Brand Name or Equal PHOTHERA 4800 PRO MAX phototherapy booth. The procurement aims to gather information on qualified sources, including Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other businesses, in relation to the NAICS code 339112 for Surgical and Medical Instrument Manufacturing, which has a size standard of 1,000 employees. This phototherapy device is critical for providing effective treatment, requiring specific features such as dimensions that accommodate wheelchair access, at least 48 high-density UV lamps, patient-controlled fans, and an advanced control system with a touchscreen interface. Interested vendors must submit their responses by December 12, 2025, at 09:00 AM Eastern Time, via email to Darius Crane at darius.crane@va.gov, including necessary company information and details regarding their business size and capabilities.