6835--VISN 19 Medical Gases and Cylinders Indefinite Delivery Indefinite Quantity (IDIQ)
ID: 36C25925R0019Type: Combined Synopsis/Solicitation
AwardedJan 31, 2025
$4.6M$4,629,451
AwardeeRAS ENTERPRISES LLC GULFPORT 39501 MSR
Award #:36C25925D0023
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

MEDICAL GASES (6835)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide medical gases and cylinders through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for various facilities within the VISN 19 network. The procurement includes the rental and filling of essential medical gases such as Medical Air, Oxygen, Carbon Dioxide, Nitrogen, and specialty mixtures, with a focus on compliance with FDA regulations and safety standards. This contract is crucial for ensuring the availability of medical gases necessary for veteran healthcare services across multiple states, including Colorado, Wyoming, Utah, Montana, and Oklahoma. Interested parties must submit their quotes by January 29, 2025, at 11:59 PM Eastern Time, and can direct inquiries to Contract Specialist Jesse San Nicolas at jesse.sannicolas@va.gov or by phone at 303-712-5799.

    Point(s) of Contact
    Jesse San NicolasContract Specialist
    (303) 712-5799
    jesse.sannicolas@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Combined Synopsis/Solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract concerning medical gases and cylinders within Veterans Integrated Service Network (VISN) 19. The solicitation number is 36C25925R0019, with responses required by January 28, 2025, at 12:00 PM Eastern Time. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under product service code 6835 and NAICS code 325120. Key documents include the Statement of Work (SOW), facility locations, and lists of medical gas items associated with the procurement. Additionally, various compliance requirements, including the VAAR Clause for Notice of LOS and the Buy American Certificate, are stipulated. The contract office is located in Greenwood Village, CO, and the point of contact for inquiries is Contract Specialist Jesse San Nicolas. This solicitation is part of the VA’s ongoing efforts to procure essential medical supplies while ensuring compliance and promoting veteran-owned enterprises.
    The document outlines an amendment to the combined solicitation 36C25925R0019 for the procurement of medical gases and cylinders under an Indefinite Delivery Indefinite Quantity (IDIQ) contract by the Department of Veterans Affairs. The amendment, identified as Amendment 0001, updates the due date for responses to January 29, 2025, at 11:59 PM Eastern Time, allowing additional time for quote submissions. It includes essential attachments that provide questions and answers related to the RFP, an updated Statement of Work (SOW), a list of medical gas items, and examples of low-flow oxygen regulators. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and concerns the supply of medical gases to various VISN 19 facilities. The contracting office is located in Greenwood Village, Colorado, and interested parties are instructed to acknowledge the amendment with their submissions. This initiative demonstrates the VA’s ongoing commitment to supporting veteran-owned businesses while ensuring efficient procurement processes for medical supplies.
    The document is an amendment related to the solicitation for VISN 19 Medical Gases and Cylinders within the Department of Veterans Affairs. Specifically, Amendment 0002 announces the cancellation of solicitation number 36C25925R0019, which was intended as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contracting office responsible for this solicitation is located in Greenwood Village, Colorado, with the point of contact being Contract Specialist Jesse San Nicolas. The solicitation initially had a response due date of June 10, 2025, but is now rendered moot due to the cancellation. The cancellation does not imply any funding under the Recovery Act and is categorized under a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The notice reflects the administrative adjustments typical within the context of federal contracting processes, highlighting the importance of keeping stakeholders informed through amendments. Overall, the document serves as a formal communication to advise interested parties of the cessation of the procurement process for this specific contract aimed at providing medical gases and cylinders.
    The "Buy American Certificate" provision outlines the certification requirements for offerors regarding the domestic status of end products when responding to federal requests for proposals (RFPs). The provision mandates that each offeror must certify whether their products qualify as domestic end products, specifically detailing any foreign products that do not meet this standard. Offerors must list the foreign end products, noting their country of origin and whether they exceed 55 percent domestic content. Additionally, the offeror must identify domestic end products that contain a critical component. Key definitions related to product classification, such as "domestic end product," "foreign end product," and "critical component," are provided within the context of the solicitation. The section concludes by stating that government evaluations will follow the regulations set out in Part 25 of the Federal Acquisition Regulation. This provision enforces compliance with the Buy American Act, promoting the use of domestic goods and ensuring transparency in procurement processes for federal contracts.
    The document serves as an informational guide for distinguishing between low-flow and high-flow oxygen regulators, specifically within the context of government procurement. It includes visual aids (Figures 1A, 1B, and 1C) depicting each type of regulator to assist end-users in identification. Low-flow regulators are defined as those delivering oxygen at rates of 0-4 L/min or 0-8 L/min, while high-flow regulators provide oxygen at rates of 0-15 L/min or 0-25 L/min. Additionally, the document notes the importance of reading the labels on these devices for accurate classification. It concludes with reference to oxygen tanks that incorporate built-in regulators, stating that the NCPS does not endorse any particular brand. This information is vital for ensuring compliance in government-issued RFPs and grants involving medical equipment, emphasizing proper equipment identification and usage in healthcare settings.
    The VA Notice of Limitations on Subcontracting - Certificate of Compliance outlines requirements for offerors seeking contracts for supplies and products. Under 38 U.S.C. 8127(k)(2), offerors must certify compliance with subcontracting limitations: not exceeding 50% of the contract amount paid to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and ensuring that nonmanufacturers provide products from domestic small business manufacturers. The document necessitates offerors to classify themselves as either manufacturers or nonmanufacturers and outlines specific criteria for each classification. Offerors must acknowledge the serious legal implications of false certifications, including potential penalties. Additionally, the VA retains the right to verify compliance throughout the contract’s duration, requiring documentation such as invoices or subcontract agreements. Failure to provide requested documentation could result in government-imposed sanctions. The overall purpose of this notice is to ensure fair participation of veteran-owned businesses in federal contracting, uphold compliance with federal regulations, and maintain integrity in the procurement process. This structure emphasizes accountability and clarity in subcontracting practices within government contracts.
    The VISN 19 Medical Gases IDIQ Requirement contract establishes a framework for the rental and filling of medical gases used in VISN 19 facilities and associated clinics. This contract encompasses a variety of gases including Medical Air, Oxygen, Carbon Dioxide, Nitrogen, and specialized mixtures, with delivery tailored to facility needs. Contractors must demonstrate relevant qualifications and comply with strict regulations, including FDA certifications and regular inspections for safety. Contractor responsibilities include maintaining emergency response capabilities, adherence to federal and state regulations, and providing reliable delivery services. Detailed specifications ensure that all gases meet established safety and quality standards, with compliance verified through certifications and ongoing inspections. Delivery procedures outline specific requirements for timing, conduct, documentation, and cylinder management. The contractor must handle both government-owned and contractor-owned cylinders responsibly, ensuring accountability and proper maintenance. Additionally, a transition plan must be prepared for the timely takeover of services from previous contractors. Overall, this SOW reflects the VA’s commitment to providing high-quality medical gases while ensuring compliance with health and safety regulations, effectively serving the needs of veterans and healthcare providers.
    The document outlines the locations where medical gases and cylinders will be contracted for the VA's VISN 19 Rocky Mountain Network. It details various VA Medical Centers and clinics scattered across states like Colorado, Wyoming, Utah, Montana, and Oklahoma. Each listed facility, including names and addresses, serves as a point of service for veterans healthcare within the network. Notably, the document assists in establishing the scope of the RFP by delineating specific venues where the contracted services will be performed, thus providing clarity for potential bidders. The inclusion of both major medical centers and smaller community clinics illustrates a comprehensive approach to healthcare service delivery in the region. This structured information is essential for aligning vendor capabilities with the needs of the healthcare system, highlighting the government's commitment to improving veteran care through efficient logistics management.
    The document outlines a detailed inventory of various gas types, sizes, and specifications, primarily focusing on gases used in medical, industrial, and research applications. It categorizes gases such as carbon dioxide, argon, nitrogen, nitrous oxide, and oxygen, including their specific grades and purities. The listing specifies equipment and services related to tank refills, hydrostatic testing, and emergency delivery, indicating an emphasis on compliance with safety standards. The structure follows a systematic format, presenting descriptions, sizes, estimated annual refills, pricing for base and option years, and associated fees, reflecting the requirements and cost estimates for potential governmental contracts. This document appears to serve as a reference for government agencies looking to procure gas-related services, aligning with governmental procurement processes such as Requests for Proposals (RFPs) and grants. The comprehensive nature suggests adherence to varying operational needs and regulatory compliance, highlighting the importance of reliable gas supply in critical sectors.
    The document outlines Request for Proposal (RFP) #: 36C25925R0019 for the procurement of medical gases and cylinders through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). It specifies that quotes must be sent via email and outlines submission deadlines for questions and quotes. The RFP emphasizes that only new OEM medical supplies and equipment are acceptable, and vendors must demonstrate their qualifications through a structured submission of technical capability, past performance references, and pricing. Key evaluation factors include technical capability, past performance, and price, with the intention to award based on the best overall value. Vendors are instructed to follow specific guidelines to ensure compliance with federal regulations, including certifications related to domestic products and avoiding gray market items. It also highlights the procedures for ordering during the contract term and the government's right to award based on initial quotations received. The RFP reflects the government's commitment to acquiring high-quality medical supplies while supporting veteran-owned businesses.
    The document pertains to a solicitation from the Veterans Affairs (VA) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract concerning medical gases and cylinders across various VA medical facilities. The main focus is on clarifying several aspects of service expectations, including the performance period, cylinder rental terms, and inventory management protocols. Key points include the requirement for contractors to provide on-site inventories, the need for services linked to filling and maintaining cylinders, and the stipulation that any loss of cylinder accountability must be meticulously documented. Contractors are also required to maintain compliance with federal regulations regarding medical-grade gases. Notably, adjustments to emergency delivery requirements have been made, emphasizing a one-hour response for emergencies. The solicitation communicates the need for comprehensive service provisions, including a framework for tracking both contractor-owned and government-owned cylinders, and outlines the responsibilities of both the VA and contractors in inventory management and potential financial implications associated with lost or damaged items. This contract emphasizes the government’s direction for a capable service provider that can support multiple geographically diverse locations effectively while complying with all relevant regulations.
    The VISN 19 Medical Gases Indefinite Delivery Indefinite Quantity (IDIQ) Contract aims to establish a contract for the rental and filling of medical gas cylinders at VISN 19 facilities, covering a base year and four optional extensions. The gases included are Medical Air, Oxygen, Carbon Dioxide, Nitrogen, Nitrous Oxide, Helium, and specialty mixtures. Each facility will manage orders through designated points of contact (POCs). The contractor must ensure compliance with transport and safety regulations, provide emergency services, maintain cylinder inspections, and deliver services within specified time frames. All medical gases must meet FDA regulations. The contract emphasizes the importance of training for contractor personnel, adherence to quality assurance standards, and proper transportation of gases. The contractor also remains responsible for the maintenance and testing of cylinders, with specific rules regarding government-owned and contractor-owned cylinders. Key management and oversight responsibilities fall to the VA with defined protocols for conducting service quality assessments and inventory reconciliations. Furthermore, the contractor’s transition plan is critical for starting operations within a set timeframe, demonstrating the importance of seamless service delivery to VA medical facilities.
    The document is a detailed inventory and pricing schema for various gas types, primarily focusing on medical and industrial gases used in healthcare and research. It enumerates different gases such as carbon dioxide, oxygen, argon, nitrous oxide, and helium, specifying their grades, purity levels, sizes, and intended applications. Emphasis is placed on gases necessary for medical treatments, including medical-grade carbon dioxide and oxygen along with their specific requirements for handling and transportation, highlighting safety standards and certifications like CGA compliance. Additionally, the file includes a comprehensive overview of estimated annual refills, rental costs, and any emergency delivery fees associated with these gases, tailored for government contracting. The intent of this document aligns with government RFPs, focusing on establishing a systematic procurement method for essential gases in healthcare settings, ensuring cost efficiency while maintaining compliance with safety regulations. The detail regarding sizes and prices indicates planning for long-term contracts with options for renewals, ensuring continuous supply for medical facilities and possibly supporting federal grant applications for healthcare funding.
    Similar Opportunities
    6835--Medical Gas Supply - Sources Sought
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking information from potential contractors for Medical Gas Delivery services at the Greater Los Angeles Healthcare System, specifically for the West Los Angeles VA Medical Center. The procurement aims to identify qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying various medical gases, including Liquid Nitrogen, Argon Gas, Compressed Air, Carbon Dioxide, and Oxygen, all of which must meet stringent FDA and DOT regulations. Interested parties are required to submit their company details, including their SAM UEI number, contact information, business type, and socioeconomic status by December 29, 2025, to the Contracting Officer, Ms. Renee Kale, at renee.kale@va.gov. This sources sought notice is for planning purposes only and does not solicit quotes at this time.
    Bulk Oxygen and Tank Rentals
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the supply and rental of bulk medical-grade liquid oxygen and associated tank services for four VA Medical Centers located in Alabama and Georgia. The procurement includes the provision of contractor-owned tanks, timely deliveries, emergency services, and compliance with federal and state regulations, including FDA and USP standards. This contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), will operate under a firm-fixed-price agreement with a base year and four option years, running from March 1, 2026, to February 28, 2031. Interested parties must submit their offers electronically to Leonard Robinson at leonard.robinson@va.gov by December 19, 2025, and are required to attend mandatory site visits from December 1-4, 2025, to avoid disqualification.
    6515--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.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Medical Gas Repairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement specifically requires contractors to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems within the facility, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 2, 2026, at 2:00 PM EST, following a mandatory site visit scheduled for November 24, 2025. For further inquiries, potential bidders can contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    Q999 - VISN 12 Home Oxygen Delivery Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Home Oxygen Delivery Services for various facilities within the Veterans Integrated Service Network (VISN) 12, including locations in Wisconsin, Illinois, and Michigan. The procurement aims to ensure the delivery, setup, maintenance, and management of both government-furnished and contractor-owned oxygen equipment, along with associated supplies and patient education. These services are critical for supporting veterans' respiratory health and ensuring compliance with safety standards. Interested contractors can contact Joni Dorr at joni.dorr@va.gov or by phone at 414-844-4858 for further details, with the contract structured as a firm-fixed-price IDIQ over a five-year period.
    H165--FY26 - NJHCS Medical Gas Systems Inspections and PM (B+4OPT)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a comprehensive contract for medical gas systems inspections and preventive maintenance at the New Jersey Healthcare System's East Orange and Lyons campuses. The contractor will be responsible for performing annual preventive maintenance services, including inspection and testing of medical gas systems such as oxygen, medical compressed air, vacuum, and nitrous oxide, while excluding maintenance of dental and medical air compressors and dental vacuum pumps. This contract is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a performance period comprising a base year and four option years, and proposals are due by December 17, 2025. Interested contractors should contact Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov for further details.
    6515--Notice of Intent - Home Oxygen Services - Wyoming (Sheridan) Interim Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, intends to award a sole-source contract for Home Oxygen Services in Sheridan, Wyoming, to Northwest Respiratory Services. This interim contract, which is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is set to provide essential services to Veteran beneficiaries from April 1, 2026, to March 31, 2027, while a new long-term contract is being established. The services are critical for ensuring that Veterans receive necessary medical support, particularly in the area of home health equipment rental. Interested firms that believe they can meet the requirements may submit written notifications and supporting evidence by December 23, 2025, at 10:00 AM Mountain Time to Charles Gritzmacher at charles.gritzmacher@va.gov. Contractors must also be registered in SAM, and a Justification and Approval (J&A) will be posted as required.
    Tucson Home Oxygen Bridge Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Tucson Home Oxygen Bridge Contract, aimed at providing essential home oxygen services to veterans. This procurement is critical for ensuring that veterans have access to necessary medical care and support, particularly in managing respiratory conditions. The contract falls under the medical general health care category, emphasizing the importance of reliable oxygen supply for patient well-being. Interested vendors can reach out to Shavon Bogan at shavon.bogan@va.gov or call 562-766-2216 for further details regarding the submission process and any inquiries related to the contract.
    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.