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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 5:00 PM UTC
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
Dec 18, 2024, 4:04 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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
Presolicitation
Similar Opportunities
VA Dublin Health Care Home Oxygen and Ventilator Services
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide Home Oxygen and Ventilator Services for the Dublin Healthcare System in Georgia. This procurement aims to establish a Firm-Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to ensure compliance with Joint Commission standards for healthcare services. The contract period is set from June 1, 2025, to May 31, 2030, with potential extensions, and interested vendors must be registered in the System for Award Management (SAM) and monitor the Beta SAM website for updates. For further inquiries, vendors can contact Leonard Robinson at leonard.robinson@va.gov, with solicitation documents expected to be available by March 14, 2025.
6835--GLA Bulk Oxygen Base+ 4 OP YR
Buyer not available
The Department of Veterans Affairs is seeking proposals for the procurement of bulk medical-grade oxygen services at the VA Greater Los Angeles Healthcare System. This opportunity, identified by solicitation number 36C26225Q0518, involves a firm fixed-price contract that spans a base year from April 1, 2025, to March 31, 2026, with four additional option years, emphasizing the importance of timely delivery and compliance with regulatory standards for medical gases. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting small business participation in federal contracts. Interested vendors must submit their offers electronically by March 4, 2025, and direct any inquiries to Contracting Specialist Victor Oliveros at victor.oliveros@va.gov.
6835--VISN 16 - Medical Gases
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to supply medical gases for its Veterans Integrated Service Network (VISN) 16 facilities. This procurement involves a firm fixed price contract for the delivery, filling, transportation, and maintenance of various medical gases, including nitrogen, oxygen, helium, and specialty gases, over a five-year period from August 30, 2025, to August 29, 2030. The contract is crucial for ensuring that veterans receive the necessary medical support, with a minimum guaranteed value of $25,000 and a total contract ceiling of $6,975,000. Interested parties must submit their quotes by April 10, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles J Morin, via email at charles.morin@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
J043--FY25: OVAHCS Medical Gas Testing, Preventative Maintenance.
Buyer not available
The Department of Veterans Affairs is seeking proposals for a federal contract focused on Medical Gas Testing and Preventative Maintenance at the Orlando VA Healthcare System (OVHCS). The contract, valued at approximately $34 million, includes comprehensive service requirements such as testing, certification, and emergency response for medical gas systems across various locations, including the Orlando VA Medical Center and Viera VA Clinic. This procurement is critical for ensuring the safety and functionality of medical gas systems, which are vital for patient care in healthcare facilities. Interested contractors must submit their proposals by April 3, 2025, and can direct inquiries to Robert R Edwards at Robert.Edwards2@va.gov.
6835--DC VAMC Medical Grade Gas IDIQ
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide medical gas and cylinder rental services for the Washington DC VA Medical Center. This procurement is designated as a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the government's commitment to supporting veteran-owned enterprises. The medical gases and associated services are critical for ensuring high-quality healthcare delivery to veterans, adhering to strict FDA regulations and safety standards. Interested vendors must submit their quotations by April 16, 2025, at 12:00 PM EST, and direct any inquiries to Contracting Officer Ryan Singletary at ryan.singletary@va.gov or by phone at 202-745-8000. A site visit can be requested until April 8, 2025.
J043--Medical Air/Vacuum- Inspection and Repair Service
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Medical Air/Vacuum Inspection and Repair Services at the G.V. Sonny Montgomery VA Medical Center in Jackson, MS. The procurement aims to ensure compliance with regulatory standards through annual inspections and repairs of medical gas systems, with a budget of $30,000 allocated for repairs each year. These services are critical for maintaining the facility's infrastructure and ensuring high standards of patient care. Interested vendors must respond to the Sources Sought Notice by April 2, 2025, and provide detailed information about their capabilities, including socio-economic status and pricing estimates, to Contract Specialist Caleb Parker at caleb.parker@va.gov.
6830--LB Medical Gas Base +4
Buyer not available
The Department of Veterans Affairs is seeking quotes for the LB Medical Gas Base +4 project at the Long Beach VA Healthcare System, with a focus on supplying and managing medical gases essential for patient care. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with FDA regulations, timely delivery, and thorough documentation to ensure uninterrupted medical services. The contract is structured as a Firm Fixed Price agreement, with a performance period from April 1, 2025, to March 31, 2026, and bids must be submitted by February 18, 2025, to the Contracting Specialist, Victor Oliveros, at victor.oliveros@va.gov.
J059--Ice Machine Service Contract
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide cleaning and sanitation services for ice machines across three facilities within the VA Boston Healthcare System. The contract, valued at $12.5 million, includes a base year and four optional years, requiring biannual visits to clean 75 designated ice machines in accordance with manufacturer procedures, along with detailed reporting and certification for each service performed. This procurement is crucial for maintaining health standards and ensuring a safe environment for patients and staff within the VA facilities. Interested parties should contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details regarding compliance requirements and submission deadlines.
Q999--Durable Medical Equipment Services - Montana VA Healthcare System
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 19, is preparing to solicit bids for a firm-fixed price contract to provide Durable Medical Equipment Services for the Montana VA Healthcare System. This procurement aims to ensure that veterans in Montana receive essential healthcare services, emphasizing the federal commitment to support Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation, identified by reference number 36C25925R0057, will be available for download on or around April 18, 2025, exclusively via the Contract Opportunities website, with a response deadline set for April 11, 2025, at 10:00 AM Mountain Time. Interested parties can direct inquiries to Contract Specialist Noaa Lanotte at Noaa.Lanotte@va.gov or by phone at 303-712-5794.
Nitric Oxide Therapy Services (INO Therapy)
Buyer not available
The Department of Veterans Affairs is seeking contractors to provide Nitric Oxide therapy services at the VA Pittsburgh Healthcare System in Pennsylvania. This procurement includes the supply of inhalation pharmaceutical Nitric Oxide, delivery and monitoring systems, maintenance items, and comprehensive training and support services. The services are critical for the effective administration of Nitric Oxide therapy, which is essential for patient care in specific medical conditions. Interested vendors must respond by April 4, 2025, with detailed company information and a capability statement, directed to Nathan Lohr at nathan.lohr@va.gov, ensuring they are registered in the System for Award Management (SAM) and meet the eligibility criteria for service-disabled veteran-owned and veteran-owned small businesses.