Q999--VISN 12 Home Oxygen Delivery Services
ID: 36C25225R0072Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Home Health Care Services (621610)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    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.

    Point(s) of Contact
    Contract SpecialistJoni Dorr
    414-844-4800x43248
    joni.dorr@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to issue a presolicitation notice for Home Oxygen Delivery Services under Solicitation Number 36C25225R0072. This procurement will support various VISN 12 facilities, including notable VA Medical Centers in Wisconsin, Illinois, and Michigan. The anticipated release date for the Request for Proposal (RFP) is August 4, 2025. The contract is structured as a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) with fixed pricing and includes five optional priced years. The procurement falls under the NAICS code 621610, pertinent to home healthcare services. Interested parties are advised to refer to an attached map specifying the relevant catchment areas for service delivery. Direct inquiries can be addressed to Contract Specialist Joni Dorr via email. This solicitation framework illustrates the VA’s ongoing commitment to providing critical health services to veterans through structured contracting efforts.
    The provided file,
    The document "Attachment B (1 of 2) PMI - Respiratory Equipment Delivery & Education Form" is likely a form associated with government RFPs, federal grants, or state/local RFPs. Its main purpose is to document the delivery and education pertaining to respiratory equipment. This form is essential for ensuring accountability and proper usage of equipment provided under relevant government programs, grants, or contracts. It plays a crucial role in the lifecycle management of medical equipment within a government-funded initiative.
    Attachment B (2 of 2) PMI - Respiratory Equipment Delivery & Education Form is a government document related to the delivery and education pertaining to respiratory equipment. This form is likely part of a larger Request for Proposal (RFP) or grant application within federal, state, or local government procurement processes. Its purpose is to standardize the documentation of respiratory equipment delivery and ensure that recipients receive proper education on its use. The form serves as a crucial component for tracking equipment distribution, verifying educational compliance, and maintaining accountability in programs related to public health or emergency services. It emphasizes the importance of both the physical delivery of essential medical equipment and the comprehensive training required for its effective and safe operation, aligning with government efforts to ensure proper resource allocation and public well-being.
    The VA Form 1617 Priority Patient Concern (PPC) is a standardized form used by VISN 12 hospitals to document and address critical patient concerns related to home oxygen therapy. It covers three main categories: environmental problems (e.g., hazardous dwelling conditions, inaccessible fire routes), fire safety issues (e.g., non-adherence to oxygen safety, smoking near oxygen, fire damage), and patient health concerns (e.g., emergent health conditions, physical impairment, difficulty comprehending instructions). The form mandates a detailed description of the adverse event and actions taken. All PPC issues must be addressed by the contracted home oxygen supplier with documented education/action, and notifications are immediately relayed to the corresponding VA Prosthetics coordinator via phone, followed by a fax within one business day. This ensures prompt identification and resolution of risks associated with home oxygen use, prioritizing patient safety and compliance with safety protocols.
    The VISN 12 Against Medical Advice (AMA) Form is a critical document used by the VA for patients who refuse ordered medical equipment, specifically oxygen-related devices. This form captures patient details, including name, last four of SSN, and date of birth, and allows patients to explicitly state their refusal of oxygen equipment, backup equipment, or other related devices. Patients must acknowledge their understanding of the risks involved in not complying with physician orders and provide reasons for their decision to refuse the equipment deemed necessary for their medical condition. By signing this form, patients assume full responsibility for the consequences of their decision and release the VA and its agents from all liability. Completed and scanned AMA forms must be submitted by the contractor to the applicable ORPC/Prosthetics Department via encrypted email no later than the next business day. This form ensures that patient decisions against medical advice are formally documented and that the patient is fully aware of the implications.
    This VA document, "VA-VISN 12 VETERAN RIGHTS AND RESPONSIBILITIES (R&R)," outlines the rights and responsibilities of patients at Veterans Affairs Medical Centers, particularly those receiving respiratory care. Patients have the right to respectful treatment, privacy, and to discuss concerns about services, equipment, and eligibility. They can refuse treatment, appeal decisions, and receive timely responses to complaints. Conversely, patients are responsible for treating staff with respect, properly maintaining and using issued equipment, immediately reporting defects, and advising the VA when equipment is no longer needed. Respiratory patients have additional responsibilities, including allowing home oxygen supplier visits and immediately reporting equipment problems or health concerns. The document also includes a consent form authorizing the release of medical information for treatment, licensing, and emergency preparedness purposes, with an understanding that signing waives the right to refuse release.
    The document,
    The document "VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020 Attachment F – Smoking Risk Acknowledgement Form (SRA)" is an attachment related to a clinical respiratory assessment. Specifically, it is a Smoking Risk Acknowledgement Form (SRA). The document's purpose is to serve as a formal acknowledgment of smoking risks, likely in the context of patient care or a clinical study related to respiratory health within the VA healthcare system, specifically VISN 12. This form is a critical component for ensuring patients or participants understand and acknowledge the risks associated with smoking, especially when undergoing clinical respiratory assessments or treatments involving ventilation.
    This document, part of federal government RFPs, outlines the mandatory requirements for providing and installing thermal fuses in home oxygen therapy systems for patients within VISN 12. Key requirements include providing two bidirectional thermal fuses for all home oxygen therapy patients, unless clinically contraindicated, and documenting any contraindications in the patient’s medical record. Fuses are not required for portable pulse dose/intermittent oxygen therapy equipment without a continuous flow setting. Existing unidirectional fuses must be replaced. Patient education on proper use, placement, and safety precautions (e.g., smoking) is mandatory at installation. Thermal fuses must be replaced according to manufacturer guidelines or if actuated by fire. These measures ensure patient safety and proper oxygen delivery system functionality.
    The document "VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020 Attachment G Thermal Fuses (FSV) (2 of 2)" is part of federal government RFPs, likely pertaining to the Veterans Affairs (VA) healthcare system. It specifies
    This document, "VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020 Attachment H – VA CONCENTRATOR PREVENTIVE MAINTENANCE STICKER," serves as a preventive maintenance sticker for oxygen concentrators used by the VA. It provides critical vendor contact information for supplies, malfunctions, equipment pickup, and address changes. The sticker also includes fields for recording essential maintenance data, such as the manufacturer, model, serial number, date of inspection, current hours, and the initials of the inspector. This attachment is crucial for ensuring the proper tracking and maintenance of VA-owned respiratory equipment, highlighting the importance of regular inspections and accessible vendor support for these medical devices.
    The Department of Veterans Affairs (VA) provides guidelines for veterans using portable oxygen concentrators (POCs) on flights, aligning with Federal Aviation Regulations. This document, intended for personal possession and airline presentation, requires a physician's statement confirming medical necessity and the patient's cognitive and physical ability to operate the device. Key requirements include continuous or non-continuous oxygen use during all flight phases and a specified flow rate for pressurized cabin altitudes. Patients are responsible for maintaining their POC unit, carrying sufficient batteries in carry-on baggage, and protecting them from damage. Batteries and the POC are exempt from standard carry-on limits. This VA document ensures patient safety and regulatory compliance for veterans requiring oxygen therapy during air travel.
    The document "VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020 Attachment J – VENTILATOR FUNCTION CHECK" details the procedure for conducting a ventilator function check within the Veterans Affairs healthcare system, specifically for VISN 12. This attachment is part of a larger federal government Request for Proposal (RFP) or a similar procurement document, focusing on clinical respiratory assessments. Its primary purpose is to outline the required steps and criteria for ensuring the proper functionality of ventilators, which is critical for patient care and safety. The document serves as a standard operating procedure or a guideline that contractors or healthcare providers must adhere to when performing maintenance, calibration, or routine checks on respiratory equipment. The inclusion of a revision date indicates that this is a current and updated protocol, emphasizing the government's commitment to maintaining high standards in medical equipment and patient care within its facilities.
    The document “VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020” outlines a clinical respiratory assessment related to ventilators within VISN 12 of the Department of Veterans Affairs. Although the document is brief, its title indicates its purpose is to provide a standardized assessment protocol or revised guidelines for clinical respiratory care involving mechanical ventilation. This document is likely a component of broader federal healthcare initiatives, potentially serving as an internal directive for VA medical centers. It probably ensures consistent and high-quality respiratory care for veterans, reflecting a commitment to updating clinical practices and maintaining patient safety within the VA healthcare system.
    The document "VA 1624 Clinical Respiratory Assessment – Vent (VISN 12) Rev 6/4/2020 Attachment K – VISN 12 Forms Matrix" outlines the required forms for respiratory equipment services within VISN 12. It categorizes forms by service type, including ventilator set-ups, oxygen maintenance, and miscellaneous respiratory equipment set-ups. Key forms include VA 1619 for Respiratory Equipment Delivery & Education, VA 1623 for Smoking Risk Acknowledgment, and VA 1618 for Ventilator Function Check. The matrix also specifies forms like VA 1620 Veteran Rights & Responsibilities, which vendors must obtain and maintain but are not required to submit to the VA. The document clarifies that new ventilator and oxygen patients require a VA 1619 form and details various visit types such as monthly RT Vent Visits and monthly 50 PSI Compressor Visits. This matrix is crucial for ensuring compliance and proper documentation for respiratory care services within the Veterans Integrated Service Network 12.
    The government file details various procurement items, services, and associated codes, likely part of an RFP or grant application. It outlines a comprehensive list of deliverables, categorized by different sections and subsections. Key areas include specific project components, equipment, and services with corresponding identification numbers and page references. The document also highlights general requirements for reporting, management, and compliance across different project phases. It appears to cover a broad spectrum of activities, from initial project setup and resource allocation to ongoing maintenance and regulatory adherence. The file emphasizes detailed specifications and clear categorization, indicating a structured approach to government procurement and project execution.
    The provided government file appears to be a highly unstructured and largely unreadable document, likely containing technical specifications or a list of items related to federal government RFPs, federal grants, or state/local RFPs. Due to the severe obfuscation and lack of clear formatting, it is impossible to identify the main topic, key ideas, or supporting details. The document is filled with garbled characters and lacks any discernible sentences or coherent structure, making a meaningful summary unattainable. It is critical that this file be re-submitted in a readable format for any analysis or summarization to be possible.
    This document, a government file likely related to an RFP or grant, outlines various sections and sub-sections, primarily focusing on detailed specifications and requirements. The file is highly structured, featuring a comprehensive table of contents or index with numerical and alphanumeric codes corresponding to specific topics. Key areas covered include general information, specific instructions or procedures, and various technical or administrative details. The repetitive nature of some entries suggests an emphasis on detailed compliance and systematic organization. The document appears to be a foundational reference, providing a framework for operations, proposals, or project execution within a government context. The numerous codes and headings indicate a complex system of categorization for different aspects of a program or project.
    This government Request for Proposal (RFP) (36C25225R0072) is seeking contractors to provide outpatient home oxygen delivery and related respiratory services for Veteran Integrated Service Network (VISN) 12 Medical Centers and their catchment areas, plus 100 miles. The contract will be a firm-fixed-price, five-year ordering period IDIQ with five one-year priced periods. Services include delivery, setup, maintenance, and management of both government-furnished and contractor-owned oxygen equipment, ventilators, and air compressors, along with associated supplies and patient education. Key requirements include emergency services, specific timelines for deliveries and services, inventory management, residence safety assessments, and adherence to VA and Joint Commission standards. The contractor must also manage government-owned equipment, provide storage, and ensure compliance with various regulations for patient safety and equipment functionality.
    The document provides a detailed map and listing of Veterans Integrated Service Network (VISN) 12 facilities, which encompass medical centers, health care centers, and outpatient services across various counties in Illinois, Indiana, Iowa, Kentucky, Michigan, Minnesota, Missouri, Ohio, and Wisconsin. It outlines the geographical distribution of VHA Facilities, including 8 VA Medical Centers, 1 Health Care Center, 17 Multi-Specialty Community-Based Outpatient Clinics (CBOCs), 19 Primary Care CBOCs, and additional outpatient services. The data also categorizes different market areas within VISN 12, such as Central Illinois and North Michigan. Created by the VHA Chief Strategy Office and the Geospatial Service Support Center, the mapping aims to assist in better understanding and enhancing the delivery of veteran health care services, in line with strategic health planning and resource allocation. This information could be relevant for federal and state RFPs focused on veterans' health care provisions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W065--VISN10 Home 02 Services (IN & MI)
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the provision of Home Oxygen Services across various VA Medical Centers in Indiana and Michigan, under Solicitation Number 36C25025R0061. The contract aims to deliver comprehensive home oxygen and ventilation services, including the rental and supply of oxygen concentrators, cylinders, ventilators, and associated medical equipment for an estimated 5,000 beneficiaries. This initiative is crucial for ensuring that veterans receive timely and effective respiratory support, with services including delivery, setup, maintenance, and 24/7 emergency support. The contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses, with proposals due by December 12, 2025. Interested parties should contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further details.
    Tucson Home Oxygen Bridge Contract
    Buyer not available
    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.
    Bulk Oxygen and Tank Rentals
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the provision 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 supply and maintenance of bulk oxygen tanks, installation of new tanks if necessary, and a telemonitoring system for remote level tracking, with a focus on timely deliveries and emergency services available within 24 hours. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), is structured as a firm-fixed-price agreement with a base year and four one-year options, emphasizing compliance with FDA and other regulatory standards. Interested parties must submit their offers electronically by December 19, 2025, and are required to attend mandatory site visits from December 1-4, 2025, to avoid disqualification; for further inquiries, contact Leonard Robinson at leonard.robinson@va.gov.
    Q999--Notice of Intent - Home Oxygen Services - MONTANA (Ft. Harrison) Interim Contract
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Northwest Respiratory Services for Home Oxygen Services in Montana (Ft. Harrison). This interim contract, structured as a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, aims to provide essential home oxygen services to Veteran beneficiaries in VISN 19 while a new long-term contract is being established. The estimated period of performance for this contract is from April 1, 2026, to March 31, 2027, and interested firms must submit written notifications with supporting evidence by December 5, 2025, at 10:00 AM Mountain Time to the Contracting Officer, Danielle Kramer, at danielle.kramer@va.gov. The applicable NAICS code is 532283, with a size standard of $41 million, and contractors must be registered in the System for Award Management (SAM) to be eligible.
    Augusta VA Healthcare System 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 Augusta VA Healthcare System in Georgia. This procurement aims to ensure that veterans have access to essential home health equipment, specifically focusing on the rental of medical equipment necessary for respiratory support. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the importance of supporting veteran entrepreneurs in the healthcare sector. Interested parties should contact Leonard Robinson at leonar.robinson@va.gov for further details, as the presolicitation notice indicates that the procurement process is underway.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Industrial O2 Tank Procurement & Installation Services- QTY2 EA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for the procurement and installation of two industrial oxygen tanks at the Seattle VA Medical Center. The project involves decommissioning existing tanks, procuring and installing new primary and reserve oxygen tanks, and ensuring a continuous supply of medical-grade oxygen during the transition, all in compliance with NFPA 99 requirements. This initiative is critical for maintaining the medical facility's operational capabilities and ensuring patient safety. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, and can direct inquiries to Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.
    J065--Medical Gas Inspections, Testing and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the inspection, testing, and maintenance of medical gas systems at the James J. Peters VA Medical Center in Bronx, NY. The contract encompasses the annual inspection and certification of various medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets, adhering to established safety standards such as NFPA 99 and ASSE certifications. This procurement is critical for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to the Contract Specialist, Christopher J Weider, at Christopher.Weider@va.gov, with the contract set to begin on January 13, 2026, and a total value determined by the proposals received.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    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.