Q201--FY25 SOUTHERN ZONE DME CONTRACT
ID: 36C24825Q0251Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Home Health Care Services (621610)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)

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 the procurement of Durable Medical Equipment (DME) and related services for the Miami VA Healthcare System and West Palm Beach VA Medical Center. The contractor will be responsible for the delivery, setup, repair, maintenance, and sanitation of medical equipment to enhance patient care for veterans, with a contract duration of one base year and four optional 12-month extensions, totaling a maximum value of $19 million. This procurement is critical for ensuring high-quality healthcare services for veterans, adhering to strict compliance standards from The Joint Commission and CMS. Interested parties should contact Jessica M. Kiser at Jessica.Kiser@va.gov for further details and to submit proposals in response to the solicitation.

    Point(s) of Contact
    Jessica KiserContracting Officer
    (407) 646-4006
    jessica.kiser@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to issue an acquisition solicitation for Durable Medical Equipment (DME) services for veterans within the Miami VA Healthcare System and West Palm Beach VA Medical Center, set for a contract with Service Disabled Veteran Owned Small Businesses (SDVOSBC). The contract will consist of a base term of twelve months with four additional one-year options. Responsibilities include delivery, setup, and management of DME for patients regardless of their location. The relevant NAICS code for this acquisition is 621610, with a size standard of $19 million. Interested vendors must be registered with the System for Award Management (SAM) and can submit questions regarding the solicitation by March 13, 2025. Quotes are to be submitted electronically by March 21, 2025. The document outlines the solicitation's schedule, requirements, and expectations for prospective bidders, maintaining transparency and facilitating participation in the procurement process.
    The Department of Veterans Affairs (VA) has issued a Sources Sought Notice for the FY25 Southern Zone Durable Medical Equipment (DME) Contract, aimed at identifying small businesses capable of providing services related to DME for VA beneficiaries in the multi-area region, particularly targeting Florida. This market research is not a solicitation and does not obligate the government. Interested firms are invited to submit a capability statement, detailing their qualifications and experience, along with their business size classification according to the specified NAICS code for Home Health Care Services. This contract involves comprehensive services including the pickup, setup, maintenance, and disposal of DME. The prospective contractor must provide the necessary facilities, labor, and support services for the efficient operation across VA West Palm Beach and Miami Medical Centers and associated outpatient clinics. Responses must be submitted to the designated contracting officer by January 10, 2025, showcasing the firm’s ability to meet the requirements outlined in the notice. The document emphasizes the importance of having established experience in similar DME contracts, with a focus on supporting VA patients effectively.
    The Business Associate Agreement between the Department of Veterans Affairs (VA) Veterans Health Administration and a specified contractor outlines the management of Protected Health Information (PHI) in accordance with HIPAA and HITECH regulations. This agreement establishes that the contractor will provide Durable Medical Equipment services, necessitating the sharing of PHI to effectively fulfill its obligations. Definitions of key terms such as “Business Associate,” “Covered Entity,” and “PHI” clarify roles and responsibilities. Key terms include ownership of PHI remaining with the Covered Entity and stipulations on the use and disclosure of PHI by the contractor, ensuring compliance with minimum necessary policies. Additionally, the contractor must implement safeguards to protect PHI, report breaches within 24 hours, and provide written reports on any violations. The agreement also specifies obligations for both parties, including a requirement for the contractor to return or destroy all PHI upon completion of services. The overall purpose of this agreement is to ensure that the handling of sensitive health information is managed responsibly, thereby safeguarding the privacy of individuals. The agreement mandates regular reviews to remain compliant with evolving regulations and delineates termination conditions while ensuring continued protection of PHI after termination.
    The document outlines the Wage Determinations under the Service Contract Act by the U.S. Department of Labor. It specifies wage rates and fringe benefits mandated for federal contracts, particularly emphasizing the minimum hourly wage requirements established under Executive Orders 14026 and 13658, applicable based on contract award dates or renewals. For contracts effective after January 2022, workers must earn at least $17.75 per hour, while those awarded between 2015 and early 2022 are entitled to a minimum of $13.30 per hour. The document lists occupational wage rates for various job classifications in Broward County, Florida, along with fringe benefits such as health & welfare contributions and paid leave stipulations under Executive Order 13706. The process for adding new classifications or wage rates is detailed, requiring contractors to follow a structured conformance process for unlisted jobs. The publication of this wage determination is crucial for ensuring compliance in government contracting, safeguarding workers' rights, and promoting equitable compensation for various service occupations engaged in federal projects.
    The document outlines the Wage Determination No. 2015-4543 by the U.S. Department of Labor under the Service Contract Act, which mandates minimum wage and fringe benefits for federal contractors. Effective January 30, 2022, contractors must adhere to Executive Orders requiring at least $17.75 per hour for new contracts or extensions. The document lists various occupations, their respective wage rates, and applicable fringe benefits specific to Florida's Dade County. Key requirements include a health and welfare benefit of $5.36 per hour and paid vacation as per length of service. The document also addresses sick leave under Executive Order 13706 and provides guidance for additional classifications and wage rates through a conformance process. This comprehensive framework emphasizes worker protections and the welfare of employees engaged in government contracts, ensuring compliance with federal regulations and labor standards.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4567. Its primary purpose is to outline minimum wage and fringe benefit requirements for contractors performing service work in Indian River County, Florida. It specifies that contracts established or renewed post-January 30, 2022, must adhere to a minimum wage of $17.75 per hour per Executive Order 14026, while renewals of contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour per Executive Order 13658. The document lists various job titles across multiple occupational categories, providing corresponding hourly wage rates and noting specific fringe benefits, including health and welfare allowances, vacation, and holiday stipulations. Additionally, it details guidelines for contractors, including wage compliance for any unlisted classifications, adherence to paid sick leave requirements, and guidelines for uniform maintenance costs. Overall, the determination aims to ensure fair wages and benefits for workers on government contracts, supporting worker rights and adherence to federal wage policies under the Service Contract Act and associated executive orders.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits required for federal contracts in Florida, specifically Martin and St. Lucie counties. Contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered employees in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658 with a minimum wage of $13.30 per hour. The document details various job classifications and corresponding wage rates for occupations like Administrative Support, Automotive Service, Food Preparation, Health Occupations, and more. It specifies additional requirements, including paid sick leave and health benefits, and outlines procedures for classifying new or unlisted occupations. Emphasis is placed on maintaining compliance with labor regulations and ensuring fair compensation for workers hired under federal contracts. This wage determination aims to protect employee rights and ensure they receive appropriate wages and benefits in the context of government contracts.
    The document presents Wage Determination No. 2015-4583 issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage and fringe benefit requirements for various occupations in Monroe County, Florida. Contracts executed on or after January 30, 2022, necessitate a minimum wage of $17.75 per hour as per Executive Order 14026, whereas contracts awarded between January 1, 2015, and January 29, 2022, require payment of at least $13.30 per hour under Executive Order 13658 if not renewed post-2022. The document elaborates on the required fringe benefits, totaling $5.36 per hour for health and welfare, along with paid vacation and sick leave stipulations. It includes a comprehensive list of occupations related to both administrative and technical sectors, with explicit wage rates for different job titles. The guidelines affirm that employees designated under specified classifications are entitled to additional compensation for hazardous duties and uniform maintenance. This wage determination is integral for contractors involved in federal projects, ensuring compliance with labor standards and promoting fair wages for workers. Additionally, it sets the framework for employment terms and conditions under various federal contracts and subcontracts.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifically covering contracts in Florida's Glades, Hendry, and Okeechobee counties. It establishes minimum wage and fringe benefit requirements for various occupations under federal contracts. The wage determination reflects compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates of at least $17.75 per hour for contracts initiated post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Workers are also entitled to specific benefits including health and welfare payments, paid sick leave, and vacation. The document includes a detailed occupation listing with corresponding wage rates, highlighting additional footnotes on classifications, pay differentials, and compliance requirements for contractors. This determination ensures fair compensation for service employees and emphasizes the legal obligations of contractors working on federal projects, showing the government's commitment to labor standards and worker protections in federally funded contracts.
    The document outlines the Wage Determination No. 2015-4573 from the U.S. Department of Labor concerning the Service Contract Act (SCA). This determination specifies the minimum wage and fringe benefits for various occupations in Palm Beach County, Florida, applicable to contracts either awarded or extended after January 30, 2022, or awarded between January 1, 2015, and January 29, 2022, with specific wage rates set under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour). It details rates for numerous positions, from administrative and clerical roles to specialized occupations such as medical and technical fields, alongside the provision of health and welfare benefits. The document also outlines regulations regarding paid sick leave, vacation, and holidays for employees in contract positions. Furthermore, it emphasizes the conformance process for classifications of service employees not listed in the wage determination, ensuring that all workers receive appropriate compensation. This wage determination serves as a guide for federal contractors to fulfill legal obligations while providing equitable pay under federally funded projects.
    The document is a detailed listing of ZIP codes corresponding to various cities across the Southern region of Florida, specifically focusing on areas within the counties of Broward, Miami-Dade, Monroe, Indian River, Martin, Palm Beach, and St. Lucie. It enumerates numerous ZIP codes for several municipalities including Miami, West Palm Beach, and other surrounding locales. The extensive list highlights the geographic diversity and encompasses cities with different population densities and demographics. This comprehensive ZIP code directory serves essential functions for government agencies, particularly for federal RFPs, grants, and state/local procurement initiatives. Such directories assist in targeting funding, services, and outreach efforts to the precise communities and demographics intended. By supplying accurate geographical data, it enhances the efficiency of service delivery and aids in strategic planning for infrastructure, health, and community development initiatives across these regions.
    The document outlines a Past Performance Questionnaire for contractors responding to the Department of Veterans Affairs' solicitation number 36C24825Q0251, pertaining to Durable Medical Equipment for the Miami VA Healthcare System and the West Palm Beach VA Medical Center. It is structured in two parts: Part 1, to be filled by the Offeror, and Part 2, to be completed by an Assessor familiar with the Offeror's past performance. Part 1 requires contractors to provide essential project details, including the contract title, contract specifics, and a description of services. Part 2 seeks evaluator feedback on the Offeror's performance in key areas such as service timeliness, product quality, billing accuracy, compliance with HIPAA, effectiveness in infection control, and overall contract adherence. The questionnaire aims to help the agency assess the Offeror's capability and reliability based on past experiences, ensuring that the selected vendor can meet the VA's needs. The emphasis on detailed performance metrics reflects a commitment to secure high-quality services while maintaining compliance with applicable standards and regulations.
    The document outlines a Request for Proposal (RFP) for the procurement of Durable Medical Equipment (DME) and related services for the Miami VA Healthcare System and West Palm Beach VA Medical Center. The contractor will be responsible for equipment delivery, setup, repair, maintenance, and sanitation to enhance patient care for veterans. The contract spans one base year with four optional 12-month extensions, and includes a maximum value of $19 million. Key requirements include compliance with standards from The Joint Commission and CMS, provision of a toll-free number for patient communication, and a commitment to a secure electronic inventory system for all DME. The contractor must demonstrate prior experience in DME operations, maintain a secure storage facility, and ensure timely service with stipulations on delivery timelines and emergency services. A significant emphasis is placed on the cleanliness, storage, and inventory management of medical equipment, alongside specified payment processing methods. This solicitation reflects the government’s ongoing effort to support veterans by enhancing the quality and availability of healthcare services through strictly regulated contractual obligations.
    Lifecycle
    Similar Opportunities
    Q999--VISN 09 DME Services - Sources Sought
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Durable Medical Equipment (DME) storage and delivery services within the Veterans Integrated Service Network (VISN) 9. This Sources Sought Notice aims to identify potential suppliers capable of fulfilling the requirements outlined in the draft Performance Work Statement (PWS), which includes responsibilities such as timely delivery, maintenance, and education regarding DME usage. The services are critical for addressing the healthcare needs of veterans, ensuring they receive the necessary equipment efficiently and effectively. Interested vendors, particularly service-disabled veteran-owned small businesses and veteran-owned small businesses, must submit their company details and socio-economic status by March 28, 2025, to the designated contact, Elizabeth Trimm, at Elizabeth.Trimm@va.gov.
    J065--Sources Sought Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance services for Hillrom Beds and Golvo Lifts at the Phoenix VA Health Care System. The procurement aims to establish a contract for corrective and preventive maintenance, with a base year and options extending up to five years, totaling an estimated value of $34 million. This maintenance is crucial for ensuring the reliability and functionality of medical equipment used in veteran healthcare facilities. Interested vendors, particularly small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov for further details and to ensure compliance with the necessary vendor registration and documentation requirements.
    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.
    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.
    SUBJECT* MED/SURGE 7‐line Provox supplies ‐ Tucson & Lancaster CMOPs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of seven medical and surgical products, specifically Provox supplies, for the Consolidated Mail Outpatient Pharmacy (CMOP) locations in Tucson and Lancaster. This procurement is structured as a firm-fixed-price contract with a total anticipated value under $7.5 million, requiring monthly and bi-monthly deliveries to meet physician prescriptions without substitution. The products are critical for patient care, and the solicitation is unrestricted, encouraging participation from small businesses, including those owned by veterans and women, while adhering to the Buy American Act. Interested vendors must submit their proposals by March 14, 2025, and can contact Jennifer L. Knight at jennifer.knight@va.gov or 913-684-0162 for further information.
    Renal CVVD Machines
    Buyer not available
    The Department of Veterans Affairs is seeking potential contractors to provide 10 NxStage Medical System One machines for the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement aims to enhance renal care services by acquiring advanced medical equipment that supports critical patient treatment. The Sources Sought Notice invites interested vendors to submit information regarding their capabilities, including company size and maintenance practices, to assist the VA in determining the appropriate procurement strategy. Responses are due by 1:00 PM Central Time on March 20, 2025, and interested parties should contact Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or call 713-350-2943 for further details.
    J065--SPS Sterilizer Maintenance and Repair for Aleda E. Lutz VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Sterilizer Maintenance and Repair services for the Aleda E. Lutz VA Medical Center located in Saginaw, MI. The contract, which will commence on March 23, 2025, and extend through March 22, 2026, with four potential option years, requires the contractor to provide all necessary manpower, parts, and maintenance for sterilizer equipment, ensuring compliance with Original Equipment Manufacturer (OEM) standards and timely onsite responses for repairs. This procurement is crucial for maintaining the operational integrity of medical equipment, which is essential for patient care in the facility. Interested parties, particularly small businesses and service-disabled veteran-owned small businesses, should reach out to Lisa Bailey, the Branch Manager, at lisa.bailey12@va.gov for further details and to ensure compliance with the Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) requirements.
    J065--PMR Sterile Processing Service (SPS) Case Carts
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the maintenance and repair of 60 Sterile Processing Service (SPS) case carts, with a total contract value of approximately $34 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the operational functionality of essential medical equipment used in healthcare settings. The contract will span multiple years from May 2025 to September 2029, with offers due by March 14, 2025. Interested vendors should contact Contract Specialist Felicia Simpson at Felicia.Simpson@va.gov or (480) 466-7919 for further details.
    Dental Handpiece Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for dental handpiece repair services, with a total contract value of $34 million. This procurement aims to ensure the maintenance and repair of various dental equipment, emphasizing a preference for certified service-disabled veteran-owned small businesses (SDVOSBs) in alignment with federal regulations. The contract is set for a base period from April 1, 2025, to March 31, 2026, with options for up to four additional years, and interested contractors must submit their offers by March 24, 2025, while addressing any questions by March 17, 2025. For further inquiries, potential bidders can contact Jamie Elbedawi at jamie.elbedawi@va.gov.
    J065--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Philips Imaging Medical Equipment to enhance medical imaging capabilities at the VA Greater Los Angeles Healthcare System. This solicitation, designated as 36C26225Q0524, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with stringent quality standards, including the requirement for original equipment manufacturer (OEM) products. The total funding amount for this contract is approximately $34 million, with responses due by March 20, 2025, at 11:00 AM Pacific Time. Interested parties can contact Contract Specialist David Odne at david.odne@va.gov or (562) 766-2328 for further information.