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 seeking proposals for Home Oxygen Services at the Beckley VA Medical Center in West Virginia, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, will span five years and encompass the provision, installation, and maintenance of home oxygen equipment, along with necessary patient education and safety assessments. This procurement is vital for ensuring that veterans receive reliable respiratory therapy services, thereby enhancing their quality of care. Interested contractors should contact Crystal Hinton at crystal.hinton@va.gov, with a minimum contract guarantee of $25,000 and a maximum potential value of $7 million, and proposals are due by March 27, 2025.

    Point(s) of Contact
    Crystal Hinton
    crystal.hinton@va.gov
    Files
    Title
    Posted
    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
    Q201--VISN-Wide Home Oxygen Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential sources for providing Home Oxygen Services across Veterans Integrated Service Network (VISN) 19, which encompasses states such as Montana, Wyoming, Colorado, Utah, and Oklahoma, serving approximately 17,586 veterans. The contractor will be responsible for delivering and maintaining in-home oxygen and ventilator services, ensuring timely communication, thorough documentation, and adherence to safety standards, while also providing 24/7 emergency services. This initiative is crucial for enhancing the quality of life for veterans by ensuring reliable access to necessary medical equipment and support in their residences. Interested parties are encouraged to submit their company information, capabilities, and suggestions for improving the Performance Work Statement by March 24, 2025, with the contract period estimated from February 1, 2026, to January 31, 2036. For further inquiries, contact Contract Specialist Aaron Thurber at aaron.thurber@va.gov or 303-712-5745.
    Q201--Oxygen Cylinders
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a contract to supply oxygen cylinders and related medical gas services to the John J. Pershing VA Medical Center and the Cape Girardeau VA Health Care Center. The contract encompasses the filling, transporting, handling, delivering, and storing of medical cylinder gases for an initial base year, with the possibility of four additional one-year extensions. This procurement is critical for ensuring the availability of medical gases, which are essential for patient care and treatment in healthcare facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by March 14, 2025, and can direct inquiries to Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1975.
    Q521--Portable Sleep Studies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a contract titled "Q521--Portable Sleep Studies," aimed at enhancing home health services for veterans through improved diagnostic capabilities in sleep medicine. The contract, valued at $25.5 million, will cover multiple periods from April 1, 2025, to September 30, 2025, with options for extensions through September 30, 2029, and is primarily targeted at small businesses, including service-disabled veteran-owned and women-owned small businesses. Interested vendors must adhere to federal acquisition regulations, utilize the Tungsten Network for invoicing, and submit their proposals by March 19, 2025, with questions due by March 12, 2025. For further inquiries, vendors can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    6835--Loma Linda Medical Gas
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas services at the VA Loma Linda Healthcare System in California. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 325120, with the objective of securing reliable medical gas services to enhance patient care within the facility. The anticipated contract will be a firm fixed-price agreement for the period from May 1, 2025, to April 30, 2026, with proposals due by March 21, 2025, at 15:00 Pacific Time. Interested vendors should direct their inquiries to Contract Specialist Victor Oliveros at victor.oliveros@va.gov and ensure their proposals include all required documentation.
    6835--Medical Gas & Cylinder Rental for VAMHCS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking service-disabled veteran-owned small businesses (SDVOSB) to provide medical gas and cylinder rental services for the Maryland Health Care System (VAMHCS) at its facilities in Baltimore, Loch Raven, and Perry Point. The procurement includes requirements for timely delivery of medical gases, with an emergency delivery obligation within four hours of notification, and emphasizes compliance with safety regulations regarding compressed gases. This contract, valued at a minimum of $2,000 and a ceiling of $900,000, will be valid for five years starting April 1, 2025, with quotations due by March 19, 2025. Interested vendors can direct inquiries to Contracting Officer Ryan Singletary at ryan.singletary@va.gov, with a deadline for questions set for March 11, 2025, and site visit requests due by March 6, 2025.
    IN HOME HOSPITAL BEDS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of in-home hospital beds intended for use by disabled and elderly veterans. The contract encompasses a base year with four additional one-year options, emphasizing compliance with safety and performance standards, including IEC regulations, to ensure quality and durability of the beds. This procurement is crucial for enhancing the quality of care provided to veterans, ensuring they have access to essential medical equipment in their homes. Interested vendors must submit their proposals by March 28, 2025, at 1400 EDT, and can direct inquiries to Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov, with a total contract ceiling of $260 million.
    Q201--Oxygen Cylinders
    Buyer not available
    The Department of Veterans Affairs is soliciting a contractor to supply oxygen cylinders and other medical gases for the John J. Pershing VA Medical Center and the Cape Girardeau VA Health Care Center. The procurement involves a one-year base contract with four optional renewal years, requiring the contractor to manage the filling, transportation, delivery, and storage of medical gas cylinders while adhering to all relevant federal, state, and local regulations, including FDA and DOT guidelines. This contract is critical for ensuring the availability of medical-grade gases that meet U.S. Pharmacopoeia standards, with a specific emphasis on rapid emergency response times and routine weekly deliveries. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1975 for further details regarding the solicitation.
    J043--FY25: OVAHCS Medical Gas Testing and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Medical Gas Testing and Preventative Maintenance contract at the Orlando VA Healthcare System (OVHCS), with an estimated value of approximately $34 million. The contract encompasses comprehensive services including testing, certification, and emergency response for medical gas systems across multiple OVHCS locations, ensuring compliance with safety standards and operational efficiency critical to patient care. Contractors must possess certifications from the American Society of Sanitary Engineering (ASSE) and adhere to stringent documentation and regulatory requirements throughout the contract term. Interested parties should contact Robert R Edwards at Robert.Edwards2@va.gov for further details and to submit proposals in accordance with the solicitation guidelines.
    Q521--691 Registered Respiratory Therapists Base + 4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide staffing services for up to four Registered Respiratory Therapists (RRT) for its healthcare facilities. This Sources Sought Notice aims to identify capable Small Businesses, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), that can meet specific qualifications, including RRT certification and at least two years of relevant experience. The contract will span 12 months with four one-year options, running from July 1, 2025, to June 30, 2030, and is part of the VA's initiative to secure qualified healthcare personnel while promoting opportunities for veteran-owned businesses. Interested contractors must submit their company details and capability statements by March 12, 2025, and can contact Contract Specialist Solly Kim at Solly.Kim@va.gov or 562-766-2316 for further information.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.