Home Oxygen Services (Beckley, WV)
ID: 36C24525Q0271Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Home Health Equipment Rental (532283)

PSC

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

Set Aside

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

    The Department of Veterans Affairs is soliciting 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 encompasses the provision, delivery, setup, and maintenance of oxygen equipment for veterans, with a focus on adhering to safety standards and ensuring quality care through regular assessments by certified respiratory therapists. This five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract has a minimum order guarantee of $25,000 and a maximum ceiling of $7,000,000, with proposals due by March 27, 2025. Interested parties can contact Crystal Hinton at crystal.hinton@va.gov for further information.

    Point(s) of Contact
    Crystal Hinton
    crystal.hinton@va.gov
    Files
    Title
    Posted
    The document outlines an amendment to solicitation number 36C24525Q0271 from the Department of Veterans Affairs regarding home oxygen services for veterans. The primary purpose of the amendment is to extend the proposal submission deadline to April 1, 2025. Key performance requirements include the contractor's obligation to provide an Emergency Contingency Plan addressing natural disasters, patient education materials, and detailed follow-up visits by Certified or Registered Respiratory Therapists (RTs). Questions and clarifications within the document address service requirements, billing procedures, and the evaluation process for contractor proposals. Notably, the amendment specifies that the frequency of RT visits is clarified to be within 24-72 hours after service initiation, and the document reinforces the significance of thorough patient care documentation. Other details pertain to contract management, delivery guidelines, and the role of past performance assessments in contractor evaluations. Overall, the amendment emphasizes enhancing home oxygen services while ensuring compliance with the established regulations and requirements associated with veteran care.
    The document outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) contract solicitation by the Department of Veterans Affairs for Home Oxygen Services at the Beckley VA Medical Center in West Virginia. The contract aims to provide comprehensive home oxygen services, which includes the provision, delivery, setup, and maintenance of oxygen equipment for VA beneficiaries. These services shall be executed by a qualified Service Disabled Veteran-Owned Small Business (SDVOSB) while adhering to standards set by The Joint Commission. The contract spans a five-year period, with a minimum order guarantee of $25,000 and a maximum ceiling of $7,000,000. Key specifications require timely initial setups, regular assessments by certified respiratory therapists, and adherence to rigorous safety standards, including evacuation protocols and emergency management plans. The contractor is obligated to maintain adequate communication with both VA officials and patients, ensuring all equipment operations comply with health and safety regulations. The document establishes essential reporting requirements, including performance reviews and patient education protocols, emphasizing the commitment to delivering quality care to veterans with oxygen prescription needs. The outlined procedures reflect the federal government’s intention to enhance healthcare services provided to veterans through structured, accountable measures.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for Home Oxygen Services specifically for the Beckley VA Medical Center in West Virginia. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be awarded to a Service-Disabled Veteran-Owned Small Business (SDVOSB) for a duration of five years, covering various aspects of service delivery including equipment supply, installation, instruction, and maintenance. Key responsibilities of the contractor include providing adequate respiratory therapy staff, implementing infection control measures, and ensuring compliance with The Joint Commission standards. The contractor is required to respond to service requests within 24 hours, supply necessary equipment, conduct regular home assessments for safety, and educate patients about oxygen usage and safety protocols. The payment structure allows for a minimum guarantee of $25,000 and a maximum of $7 million for services provided throughout the contract period. This procurement emphasizes the VA's commitment to supporting veteran healthcare through reliable oxygen therapy services, while also adhering to federal contracting regulations and supporting small business initiatives.
    The Contractor Certification document outlines compliance requirements with the Immigration and Nationality Act of 1952, as amended, specifically addressing the employment of foreign nationals by contractors providing services to the Department of Veterans Affairs (VA). It mandates that contractors must not knowingly employ illegal aliens or non-immigrant foreign nationals who are in violation of their status. Additionally, contractors are obligated to adhere to E-Verify requirements per Executive Order 12989 and related regulations. Non-compliance can lead to the prohibition of specific foreign nationals from working with the contractor and may result in contract termination for breach. Furthermore, the contractor is required to procure similar certifications from any subcontractors involved. This certification is a legal affirmation concerning matters under U.S. agency jurisdiction, emphasizing the serious implications of false certifications. The document's primary purpose is to ensure lawful employment practices within contracts associated with VA patient referrals, reflecting the federal government's commitment to upholding immigration laws in contracting activities.
    The Contractor Rules of Behavior outline the obligations and responsibilities for contractors working with the Department of Veterans Affairs (VA). The document emphasizes that contractors have no expectation of privacy when accessing VA information systems and must consent to monitoring and auditing by VA officials. Unauthorized access or misuse of information systems is strictly prohibited and can lead to severe legal consequences. Contractors are required to follow established security and privacy protocols, including but not limited to, protecting sensitive information, managing passwords securely, and using only approved systems and software. Contractors must only access information necessary for their work, report any security incidents, and adhere to guidelines regarding the use of non-VA technology resources. The User Agreement underscores the importance of personal accountability in maintaining the integrity of VA information and systems. Overall, it establishes a comprehensive framework for security behavior expected from all contractors engaged with the VA, ensuring the protection of sensitive data and compliance with federal regulations.
    The document is the "Register of Wage Determinations Under the Service Contract Act," issued by the U.S. Department of Labor. Its primary purpose is to outline minimum wage and fringe benefit requirements for contractors in West Virginia, specifically the counties of Fayette and Raleigh. Effective from 2024, contracts should adhere to Executive Order 14026, mandating a minimum hourly wage of at least $17.20 for service employees, or $12.90 for contracts awarded between 2015 and early 2022 if they are not renewed. The document lists various occupational classifications along with their respective wage rates and notes that covered occupations require fringe benefits, including a health and welfare component valued at $5.36 per hour. Furthermore, the document addresses the conformance process for any unlisted job classifications, ensuring appropriate wage rates are applied in compliance with the Act. It also details employee protections under various Executive Orders, emphasizing the provision of paid sick leave and holidays. The report serves as a critical reference for contractors engaging in federal services, ensuring compliance with labor standards while promoting fair compensation practices across covered employment sectors.
    The Past Performance Questionnaire is part of a Request for Proposal (RFP) with the solicitation number 36C24525Q0271, required by the Department of Veterans Affairs. Offerors must provide three references from recent and relevant contracts performed within the last five years, detailing the scope of work. They are required to submit a completed questionnaire along with contact information for their references by March 27, 2025. The questionnaire consists of two parts: one to be filled out by the contractor and another by the references, assessing factors such as compliance with contract requirements, accuracy of reports, technical excellence, quality of workmanship, timeliness, cooperative behavior, and communication effectiveness. Each aspect is rated on a scale from 'Outstanding' to 'Unacceptable.' The overall performance rating will impact the government's confidence in the offeror’s ability to fulfill contract obligations. This thorough evaluation process assures the government of the offeror's capability and reliability in delivering services efficiently and effectively.
    The Quality Assurance Surveillance Plan (QASP) for the Beckley VA Medical Center's Home Oxygen Services contract outlines a systematic evaluation framework to assess contractor performance. It details monitoring objectives, methodologies, and oversight responsibilities, emphasizing the Government's role in ensuring fairness in evaluations. The QASP incorporates performance standards tied to specific service requirements, with quarterly progress reports from the Contracting Officer's Representative (COR). Key surveillance methods include direct observation, periodic inspections, customer complaints, and random sampling. Detailed performance metrics are specified, including timely setup of oxygen services, proper documentation, and maintenance of safety standards. The document also establishes a rating system to gauge contractor performance, ranging from "Exceptional" to "Unsatisfactory," based on adherence to contract requirements. The document highlights the necessity for clear communication of performance issues, requiring corrective action plans when standards are not met. Overall, the QASP serves as a dynamic tool to ensure quality service delivery to veterans while aligning with federal performance assessment guidelines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    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.
    6515--Notice of Intent - Home Oxygen Services - Wyoming (Sheridan) Interim Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole-source contract for Home Oxygen Services in Sheridan, Wyoming, to Northwest Respiratory Services. This interim contract, which is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is set to provide essential services to Veteran beneficiaries from April 1, 2026, to March 31, 2027, while a new long-term contract is being established. The services are critical for ensuring that Veterans receive necessary medical support, particularly in the area of home health equipment rental. Interested firms that believe they can meet the requirements may submit written notifications and supporting evidence by December 23, 2025, at 10:00 AM Mountain Time to Charles Gritzmacher at charles.gritzmacher@va.gov. Contractors must also be registered in SAM, and a Justification and Approval (J&A) will be posted as required.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    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.
    Medical Gas Repairs
    Veterans Affairs, Department Of
    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 within the facility, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 2, 2026, at 2:00 PM EST, following a mandatory site visit scheduled for November 24, 2025. For further inquiries, potential bidders can contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    Home Sleep Apnea Testing
    Veterans Affairs, Department Of
    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.
    6835--Medical Gas and Cylinders Syracuse VA Solicitation
    Veterans Affairs, Department Of
    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.