Q201--FY25 SOUTHERN ZONE DME CONTRACT Amendment
ID: 36C24825Q0251Type: Special Notice
AwardedJun 18, 2025
AwardeeMEDICAL EQUIPMENT & SUPPLIES OF AMERICA LLC ORLANDO 32822 FLK
Award #:36C24825D0036
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 FY25 Southern Zone Durable Medical Equipment (DME) Contract, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves providing essential DME services, including storage, delivery, repairs, and installation for VA beneficiaries, with strict compliance to health and safety standards. The contract emphasizes the importance of high-quality service delivery, including emergency response times and adherence to specific personnel health protocols. Interested vendors must submit their offers by April 1, 2025, at 16:00 Eastern Time, and should direct inquiries to Contracting Officer Jessica Kiser at jessica.kiser@va.gov or by phone at 407-646-4006.

    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 document outlines a special notice regarding the FY25 Southern Zone Durable Medical Equipment (DME) Contract issued by the Department of Veterans Affairs. The solicitation number is 36C24825Q0251, and responses are due by March 26, 2025, at 16:00 Eastern Time. It is important to note that no Recovery Act funds are involved in this procurement. The contracting officer, Jessica Kiser, is the primary point of contact. The notice references an amendment that modifies the Price Schedule and Performance Work Statement while addressing various inquiries, indicating the intricate nature of the contract requirements. The document emphasizes the importance of adhering to the updated specifications and aligning submissions with the new guidelines provided in the attached documents. Overall, it serves as a formal announcement and guide for potential contractors to ensure compliance and accurate bid submissions for the DME contract.
    The document details an amendment to a prior notice regarding the FY25 Southern Zone Durable Medical Equipment (DME) Contract, issued by the Department of Veterans Affairs (VA) through its Network Contracting Office 8. The primary purpose of this amendment is to extend the deadline for offers due to the contracting office, now set for April 1, 2025, at 16:00 Eastern Time. The solicitation number offered for this contract is 36C24825Q0251, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The amendment also directs interested parties to refer to an attached document for further details. This adjustment reflects the government's ongoing efforts to ensure equitable opportunities for qualified vendors while navigating the procurement process for essential medical supplies and services required for veteran care.
    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.
    This document pertains to an amendment of a solicitation for durable medical equipment (DME) services by the Department of Veterans Affairs (VA). It extends the deadline for offers to March 26, 2025, and outlines various updates, including adjustments to the Price Schedule and Performance Work Statement (PWS). The contractor's responsibilities will involve providing storage, delivery, repairs, and installation of DME for VA beneficiaries, highlighting the need for compliance with health and safety testing for personnel. Key points include stipulations for tuberculosis testing protocols, background checks, and necessary vehicle licenses for delivery personnel. The amendment clarifies billing procedures for services, specifies contract periods, and establishes the expected level of service, including emergency and non-emergency response times. Further, it addresses vendor performance requirements, employee health documentation, and outlines limits on additional charges under specific contract terms. This amendment emphasizes the VA's commitment to ensuring high standards and compliance in the provision of healthcare services to veterans through accurate and transparent contracts.
    The document is an amendment to a solicitation for offers related to the Department of Veterans Affairs, specifically from the Network Contracting Office 8 in Orlando, Florida. This amendment serves to extend the deadline for receipt of bids from March 26, 2025, at 4:00 PM EST to April 1, 2025, at the same time. All submitted quotes should be emailed to the designated contact, Jessica Kiser, before this new deadline. The document emphasizes the importance of acknowledging receipt of the amendment and outlines the required procedures for making any changes to submitted offers. The extension aims to provide additional time for bidders to prepare their proposals in response to the solicitation, reflecting a typical procedural adjustment in government contracting to facilitate better participation and response from potential contractors.
    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.
    Similar Opportunities
    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.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    6540--National Prescription Eyeglasses Manufacturing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the National Prescription Eyeglasses Manufacturing contract, specifically aimed at providing prescription eyeglasses for eligible Veterans across all VA sites, including both CONUS and OCONUS locations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to manufacture eyeglasses according to VA prescriptions, ensuring adherence to strict quality control and timely delivery. This contract is crucial for maintaining the vision health of Veterans, offering a range of lens types and frame options to meet diverse needs. Proposals are due by December 23, 2025, at 4:30 PM Eastern Time, and interested parties should contact Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov for further information.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    J065--FOLLOW ON | PM STRYKER BEDS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    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.