Q521--Portable Sleep Studies
ID: 36C26225Q0562Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Home Health Care Services (621610)

PSC

MEDICAL- PULMONARY (Q521)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a Portable Sleep Studies contract aimed at enhancing home sleep apnea testing services for veterans. The procurement focuses on providing disposable sleep study kits and continuous support for veterans conducting sleep studies in their homes, utilizing a cloud-based system for result reporting. This initiative is crucial for improving diagnostic capabilities in sleep medicine, thereby ensuring better healthcare outcomes for veterans with sleep disorders. The total funding for this contract is estimated at $25.5 million, with key deadlines for submission of questions by March 12, 2025, and final offers by March 19, 2025. Interested vendors can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov for further information.

    Point(s) of Contact
    Felicia L SimpsonContract Specialist
    felicia.simpson@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) by the Department of Veterans Affairs for a Home Sleep Apnea contract, with a total funding of $25.5 million. The contract is set for multiple periods, starting from April 1, 2025, to September 30, 2025, with options for extensions through September 30, 2029. The solicitation process indicates that it's aimed primarily at small businesses, with specific set-asides for service-disabled veteran-owned and women-owned small businesses. Key deadlines include the submission of questions by March 12, 2025, and final offers by March 19, 2025. The contractor must utilize the Tungsten Network for invoicing and adhere to strict compliance with federal acquisition regulations. The document includes details about the administrative contacts, contract clauses, delivery schedules, and invoice submission guidelines, emphasizing the need for electronic submissions. This solicitation is part of the VA's objective to improve home health services for veterans through enhanced diagnostic capabilities in sleep medicine, thus ensuring significant engagement with small contractors in the veterans' healthcare space.
    The presolicitation notice from the Department of Veterans Affairs outlines a requirement for portable sleep apnea testing equipment. The notice specifies that the contracting office is located in Phoenix, AZ, with the response deadline set for February 27, 2025, at 3:00 PM Mountain Time. This request is designated as a Small Business Administration (SBA) set-aside and falls under the product service code Q521, corresponding to diagnostic sleep studies. The applicable North American Industry Classification System (NAICS) code is 621498, indicating medical and diagnostic laboratories. The exact place of performance for the contract is to be determined. Interested parties are advised to contact Contract Specialist Felicia Simpson for further information via her provided email. This notice serves as an advanced alert about upcoming contracting opportunities within the VA aimed at enhancing veteran healthcare services through improved access to diagnostic tools for sleep-related disorders.
    The document is a vendor information form used by the federal government, specifically for the procurement processes associated with requests for proposals (RFPs), grants, and vendor management. It captures essential details such as the vendor's name, address, contact information, tax identification, and business classification. Additionally, it checks whether the vendor has existing contracts, their acceptance of purchase cards, and registration status with key government databases like the Central Contractor Registration (CCR) and DUNS number. The form also requests information regarding the vendor's socioeconomic status, such as minority-owned or veteran-owned business classifications. It's crucial to ensure compliance with mandatory registration and to verify vendor eligibility to conduct business with the federal government. Failure to provide accurate vendor details can lead to administrative repercussions, highlighting the document’s importance in maintaining proper vendor management and compliance with federal regulations. Overall, the form facilitates the evaluation and onboarding of vendors in government contracts and transactions.
    The document outlines an amendment regarding the cancellation of solicitation number 36C26225Q0562 associated with the Department of Veterans Affairs (VA) National Contracting Office (NCO 22). The amendment specifies that the solicitation has been canceled to allow for corrective action on the Statement of Work (SOW). The document provides details about the contracting office, including the address and contracting officer's name, Felicia Simpson. Moreover, it includes instructions to offerors/bidders on how to acknowledge receipt of this amendment. Notably, it highlights that the amendment modifies existing terms of the solicitation, while underscoring the importance of compliance with the new directives established by this cancellation. This action reflects the VA's dedication to ensuring quality and precise requirements in federal contracting processes.
    The document outlines an amendment to a solicitation for a Home Sleep Apnea contract with the Department of Veterans Affairs. The purpose is to enhance tele sleep medicine services, allowing veterans to conduct sleep studies in their homes. The contractor is required to provide disposable sleep study kits, offer continuous support, and handle the logistics of device return and result reporting through a cloud-based system compatible with VA’s software. The contract encompasses five option years, each involving 2,000 units, with specific shipping, invoicing, and reporting requirements detailed within the statement of work. Additionally, the document addresses various amendments resulting from questions posed by potential offerors, clarifying device requirements, quantities, and the appropriate NAICS codes. The emphasis is on ensuring competitive bidding while maintaining essential diagnostic features, such as measuring snoring and achieving reliable data capture through optimal device design. All stakeholders, including contracting officers and healthcare professionals, are involved in the oversight and management processes to ensure successful contract execution and service delivery. This amendment serves to refine expectations and improve clarity for potential bidders, ultimately aiming to enhance care for veterans with sleep disorders.
    The VA-FSC Vendor File Request Form is designed for new and existing vendors who wish to establish or update their information in the VA Financial Management System (FMS). The form requires details such as station information, vendor type, and a unique entity identifier (UEI) if registered in the System for Award Management (SAM). Vendors must provide their Social Security Number (SSN) or Tax Identification Number (TIN), as well as banking information for electronic funds transfer (EFT). Specific instructions are included for different vendor types, with additional documentation needed for certain designations like foreign vendors or medical providers. The form emphasizes compliance with the Privacy Act of 1974 and is used by the Treasury Department to process payments electronically. A direct contact for inquiries is provided, along with a submission method via secure fax. The average time required to complete the form is estimated at 15 minutes. This structured approach aligns with government regulations surrounding federal grants and contracts, ensuring that services and payments to vendors are managed accurately and efficiently.
    The document primarily discusses Form W-9, a request for taxpayer identification number and certification that individuals and entities in the U.S. must provide to the requester. The form serves several purposes, including certifying that the TIN provided is correct, confirming that the taxpayer is not subject to backup withholding, and claiming tax exemptions for certain payees. It details the necessary information for completing the form, includes a certification section requiring the taxpayer's signature, and outlines penalties for providing false information or failing to furnish the correct TIN. Importantly, the document specifies guidelines for various entities, including sole proprietors and partnerships, and includes instructions for obtaining a TIN. Additionally, it elaborates on backup withholding requirements, which entail withholding a percentage of certain payments unless the correct TIN is provided. This guidance is essential for compliance with federal tax requirements, particularly for those engaged in federal and state contracts, grants, or RFPs. Overall, Form W-9 is crucial for tax identification and accurate reporting of payments to the IRS by organizations and businesses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SLEEP STUDIES CLE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking industry capabilities and interest for providing Sleep Studies at the Louis Stokes Cleveland VA Medical Center (CLE VAMC). The primary objective is to assess whether sufficient Small Businesses can meet the requirements for the procurement of WatchPAT devices, which are FDA-cleared home sleep apnea testing devices. This initiative is crucial for enhancing the quality of sleep studies provided to veterans, ensuring they receive the necessary diagnostic services. Interested parties must submit their business information, including socio-economic category and capability statements, by October 30, 2025, at 11 AM ET, via email to Rachelle Hamer at rachelle.hamer@va.gov, with "RFI 36C25026Q0068 | Sleep Studies CLE" in the subject line.
    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.
    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.
    Q301--Metabolomics and Lipidomics Pulmonary Study
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Metabolomics and Lipidomics Pulmonary Study, focusing on the analysis of 185 human samples. This contract, designated for Small Businesses under NAICS code 541714, aims to enhance understanding of pulmonary conditions through advanced biochemical analysis. The performance period for the contract is set from December 31, 2025, to December 30, 2026, with proposals due by December 15, 2025, at 10:00 AM MST. Interested vendors should direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov and ensure compliance with all registration and documentation requirements to facilitate timely processing.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    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.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Clitoral Therapy Devices (CTD) and associated accessories under solicitation number 36C10G26Q0004. The objective of this procurement is to standardize products and reduce costs within the Veterans Health Administration (VHA), requiring FDA-approved devices that meet specific technical specifications, including removable cups, extension tubing, and a one-year warranty. These devices are critical for providing therapeutic support to veterans, ensuring they receive necessary medical care. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details, with proposals due by the specified deadline. The contract will be structured as an indefinite-quantity contract with a one-year base period and four one-year options, and contractors will be required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee.
    G004--RESIDENTIAL BEDS (WOMEN)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.