W065--FY25 Miami Home Oxygen
ID: 36C24825Q0115Type: 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

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

    The Department of Veterans Affairs is seeking contractors for the provision of Home Oxygen Services for beneficiaries of the Miami VA Healthcare System. This procurement aims to establish a firm-fixed price indefinite-quantity contract for various oxygen-related equipment and services, with an estimated total award amount of $41 million. The services are critical for ensuring high-quality home healthcare for veterans, emphasizing the importance of compliance with performance standards and patient satisfaction. Interested parties should monitor SAM for future opportunities, as the current solicitation has been canceled, and can contact Contract Specialist Intern Jessica M. Kiser at Jessica.Kiser@va.gov for further inquiries.

    Point(s) of Contact
    Jessica M. KiserContract Specialist Intern
    Jessica.Kiser@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) plans to solicit an acquisition for Home Oxygen Services for veterans throughout the Miami VA Healthcare System, covering Broward, Dade, and Monroe Counties. This will involve an Indefinite Delivery Contract specifically set aside for Service Disabled Veterans Owned Small Businesses (SDVOSBC), expected to be advertised by January 7, 2025. The contract spans twelve months with four additional twelve-month options and includes delivery, setup, and management of home oxygen services for eligible patients irrespective of their location within the service area. Contractors must ensure timely delivery of oxygen equipment within one business day, conduct scheduled home maintenance visits, and provide patient education on equipment use and safety. The applicable NAICS Code is 532283 for Home Health Equipment Rental. Offerors must be registered in the System for Award Management (SAM) to be eligible. This presolicitation notice effectively outlines the VA’s commitment to providing essential services to veterans while adhering to federal procurement regulations.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 8 in Orlando, Florida. The amendment extends the deadline for submitting offers from January 22, 2025, to January 31, 2025, at 16:00 EST. This extension allows additional time for bidders to prepare and submit their proposals. Additionally, the Contracting Officer plans to provide answers to any questions raised by potential offerors through a subsequent amendment, which will be posted by January 24, 2025. The document emphasizes that all other terms and conditions of the initial solicitation remain unchanged. This amendment highlights the thorough and adaptive nature of the procurement process within federal contracting, ensuring that all parties have adequate time to respond while maintaining the integrity of the solicitation timeline.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Orlando VA Healthcare System, regarding procurement procedures for contracts. It formally cancels the solicitation numbered 36C24825Q0115, initially set for January 6, 2025, instructing all potential offerors to monitor the System for Upcoming opportunities. The amendment outlines the procedural requirements for acknowledging receipt of the cancellation and emphasizes that all previous terms of the solicitation remain unchanged, except for this cancellation. It serves as formal notice to bidders, affirming the federal government's commitment to transparency in procurement processes while also indicating potential for future solicitations. The cancellation reflects the evolving nature of federal contracting needs and the importance of keeping stakeholders informed in a timely manner.
    The document outlines the wage determinations under the Service Contract Act (SCA) as directed by the U.S. Department of Labor. Specifically, it focuses on Wage Determination No. 2015-4543, revision No. 28, which became effective in 2024. The primary purpose is to inform contractors of minimum wage rates and fringe benefits required for various occupations in Dade County, Florida. Contracts executed on or after January 30, 2022, must pay workers at least $17.20 per hour or the higher applicable rate, while those awarded between January 1, 2015, and January 29, 2022, should meet a minimum of $12.90 per hour. Additionally, the document specifies fringe benefits, including health and welfare rates, vacation days, paid holidays, and the provision of uniforms. It also elaborates on requirements related to paid sick leave under Executive Order 13706. The document emphasizes compliance with labor regulations and outlines the process for classifying and compensating unlisted job classifications, ensuring fair labor practices within federal contracts. Overall, this wage determination reinforces the commitment to uphold fair wage standards for federal contract workers and protect their rights.
    The document outlines Wage Determination No. 2015-4535, revised on July 22, 2024, by the U.S. Department of Labor’s Wage and Hour Division, which establishes minimum wage rates and fringe benefits for service contractors covered under the Service Contract Act (SCA) in Broward County, Florida. Contracts awarded on or after January 30, 2022, must pay a minimum of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, with specified exceptions noted. Each of the listed occupations outlines specific wage rates alongside fringe benefits requirements, including health and welfare, vacation, and holiday pay. The document also discusses applicable Executive Orders and provides guidance on classifying employees not listed, ensuring adherence to compensation agreements. The emphasis on various occupation codes, wage rates, and additional worker protections reflects the government's commitment to fair labor practices across federal contracts, essential in the context of RFPs, grants, and state/local contract compliance.
    The document is a "Register of Wage Determinations" by the U.S. Department of Labor under the Service Contract Act, outlining wage rates for various occupations in Monroe County, Florida. It establishes minimum wages based on criteria from Executive Orders 14026 and 13658, ranging from $12.90 to $17.20 per hour, depending on the contract award date and renewals. The wage determination provides detailed rates for numerous job classifications, spanning administrative, automotive, health, and technical occupations, among others, highlighting required fringe benefits and total compensation packages. Moreover, it includes stipulations regarding holiday pay, vacation allowances, and paid sick leave for federal contractors. Workers must be compensated fairly, and additional classifications can be requested if unlisted jobs are to be performed under the contract, following specific conformance processes. This document serves as a guideline for federal contracts, ensuring compliance with wage standards and worker protections, which are critical in the context of government RFPs and grants to guarantee equitable labor practices in public service contracting.
    The document is a Past Performance Questionnaire for the Home Oxygen Service and Delivery project for the Miami VA Healthcare System, under the Department of Veterans Affairs. It consists of two parts; the first part requires the contractor (Offeror) to provide specific details about their past projects, including the contract number, total value, performance period, services rendered, and the setting (hospital or clinic). The second part is to be completed by an assessor who evaluates the Offeror's past performance based on various criteria, including quality, timeliness, customer satisfaction, management, financial management, safety, and overall performance. The evaluation utilizes a rating scale from Exceptional to Unsatisfactory. Assessors are asked to consider the contractor’s compliance with contract requirements, ability to resolve problems, and overall professionalism. The questionnaire serves as a tool for the contracting office to assess the reliability and capability of potential contractors, ensuring that past performance will inform future contract awards. The responses will remain confidential and are critical for determining the contractor's eligibility in the selection process for solicitation number 36C24825Q0115. This document underscores the VA’s commitment to ensuring high-quality services for veterans by thoroughly evaluating the performance history of potential contractors before awarding contracts.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and an unnamed business associate outlines the conditions for handling Protected Health Information (PHI) in compliance with HIPAA and the HITECH Act. The agreement aims to define how PHI is used, disclosed, and protected while the business associate provides specific products or services to the VHA. It emphasizes that the PHI remains the property of the Covered Entity and mandates that the business associate may only disclose or use PHI as outlined in the agreement, ensuring safeguards against unauthorized access. The business associate has obligations, including notifying the VA of any breaches within 24 hours, submitting reports on incidents, and ensuring that subcontractors adhere to the same standards of confidentiality. The document further specifies the responsibilities of both parties regarding PHI management, specifying procedures for breach notification and data handling. Additionally, the agreement may be terminated by the VHA for cause or upon completion of services, with certain obligations continuing post-termination. The BAA requires a review every two years to maintain compliance and effectiveness. Overall, this agreement solidifies the legal framework governing data privacy in the VA healthcare system's operations.
    The Ventilator/Caregiver Competency Checklist serves as a guide for clinicians and caregivers, ensuring proper training and competency in the usage of the Trilogy ventilator. It outlines critical goals and competencies that caregivers must achieve, such as understanding ventilator functions, managing alarms, and connecting oxygen sources. The checklist emphasizes knowledge of ventilator components, including buttons, power sources, and safety protocols for emergency situations. Caregivers will also learn to navigate monitoring screens and access essential settings. The form includes spaces for caregivers and clinicians to sign, ensuring accountability in the training process. This document is essential for improving patient care quality in the context of government-funded healthcare initiatives, aligning with RFPs related to medical equipment and training programs.
    The Patient Satisfaction Survey for Oxygen Services aims to assess the quality of service provided to patients by contractors for prosthetic equipment. The survey is designed to gather feedback from patients regarding various aspects of the service, including identification by the contractor, equipment cleanliness and functionality, timeliness of delivery, courtesy and knowledge of staff, and adequacy of instructions provided. Patients are asked to rate their experiences using a scale ranging from "Excellent" to "Poor." Additionally, the survey evaluates the information provided about patient rights, complaint procedures, and emergency contact details. The overall reliability and efficiency of contractor staff is also assessed. The survey serves as a crucial tool for the Prosthetics Department to ensure that patients receive high-quality services and to identify areas in need of improvement, thereby facilitating better patient care and enhancing contractor performance. Ultimately, it underscores the government’s commitment to maintaining patient satisfaction and effective service delivery within the healthcare framework.
    The "Patients’ Rights and Responsibilities Document" from the VA Medical Center outlines both the rights patients possess and the responsibilities they must fulfill to receive high-quality care. Key patient rights include receiving care that respects personal values, making decisions regarding treatment, and ensuring privacy protection. Patients also have the right to express complaints and understand hospital regulations. In return, patients are expected to adhere to safety protocols, respect healthcare staff and other patients, cooperate with treatment plans, and keep appointments. Specific responsibilities for those receiving home oxygen therapy include proper care and maintenance of equipment, timely communication regarding services, and returning unused equipment. The document underscores a mutual commitment between the VA Healthcare System and patients to create an environment conducive to effective care. It serves as a foundational guideline aiming to enhance the patient experience while emphasizing the importance of both rights and responsibilities in the healthcare setting.
    The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for Home Oxygen Services for beneficiaries serviced by the Miami VA Healthcare System. The intention is to establish a firm-fixed price indefinite-quantity contract to provide various oxygen-related equipment and services, with an estimated total award amount of $41 million. The RFP specifies multiple line items, detailing the services and quantities requested, including oxygen systems, inhalation equipment, and support services. The document emphasizes that the contract will be monitored for compliance with a performance work statement (PWS) and enumerates various clauses from the Federal Acquisition Regulation (FAR) that pertain to commercial product contracts. It also covers administration details, invoicing processes, contractor requirements, and payment terms, reinforcing the VA's commitment to high-quality care for veterans while ensuring compliance with federal procurement standards. The comprehensive structure and specificity of the RFP highlight the government's focus on accessibility and quality of home healthcare services for veterans in the Miami region.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    6835--Medical Gas Supply - Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors for Medical Gas Delivery services at the Greater Los Angeles Healthcare System, specifically for the West Los Angeles VA Medical Center. The procurement aims to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying various medical gases, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, and Oxygen, all of which must meet stringent FDA and DOT regulations. Interested parties are required to submit their company details, including their SAM UEI number, contact information, business type, and socioeconomic status by December 29, 2025, to the Contracting Officer, Ms. Renee Kale, at renee.kale@va.gov. This sources sought notice is for planning purposes only and does not solicit quotes at this time.
    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.