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

All Other Outpatient Care Centers (621498)

PSC

MEDICAL- PULMONARY (Q521)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a contract titled "Q521--Portable Sleep Studies," aimed at enhancing home health services for veterans through improved diagnostic capabilities in sleep medicine. The contract, valued at $25.5 million, will cover multiple periods from April 1, 2025, to September 30, 2025, with options for extensions through September 30, 2029, and is primarily targeted at small businesses, including service-disabled veteran-owned and women-owned small businesses. Interested vendors must adhere to federal acquisition regulations, utilize the Tungsten Network for invoicing, and submit their proposals by March 19, 2025, with questions due by March 12, 2025. For further inquiries, vendors can contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.

    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 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
    6515--Disposable Portable Sleep Study Devices
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential vendors to provide Disposable Portable Sleep Study Devices through a Sources Sought notice. This initiative aims to identify capable vendors who can deliver at-home sleep testing services, particularly in light of the challenges posed by COVID-19, which have led to the discontinuation of in-hospital tests. The devices must meet specific quality standards and include features for measuring various physiological signals, with the added requirement of a contractor-provided phone service to assist veterans during testing. Interested vendors must submit their capability responses by March 5, 2025, and should be registered in the System for Award Management (SAM) while complying with VA security and privacy regulations. For further inquiries, vendors can contact Contract Specialist Tammy L Wilson at Tammy.wilson5@va.gov or by phone at 254-661-5372.
    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 individuals. The contract encompasses various types of hospital beds, emphasizing safety, compliance with industry standards, and product durability, with a minimum guaranteed amount of $2,500 and a ceiling of $260 million over a one-year period with four additional one-year options. This initiative aims to enhance the quality of care for veterans by ensuring access to essential medical supplies, with compliance to HIPAA guidelines and a focus on safeguarding sensitive patient information. Interested vendors can contact Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov for further details regarding the solicitation process.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for full preventive maintenance (PM) services for hospital beds and stretchers at the New Jersey Healthcare System, with a contract duration from March 15, 2025, to March 14, 2026, and the option for four additional one-year extensions. Contractors are required to provide qualified Field Service Engineers (FSEs) who can ensure operational readiness through maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, with an emphasis on compliance with updated technician qualifications that allow for "trained and qualified" personnel rather than strictly OEM-certified technicians. This contract is crucial for maintaining high standards of patient care by ensuring the reliability of essential medical equipment, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals must be submitted by March 7, 2025, at 10:00 AM ET, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide overnight lodging services for veterans at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan, under the solicitation titled "V231--HOPTEL Veteran Overnight Lodging (VA-25-00028403)." The contract, which will commence on April 1, 2025, and run through March 31, 2030, requires the contractor to supply a minimum of 13 rooms each night, with the potential for additional rooms as needed, ensuring that accommodations meet AAA "two diamond" standards and comply with safety and accessibility regulations. This initiative is crucial for enhancing the quality of care and comfort for veterans and their caregivers, while also promoting small business participation in federal contracts. Interested parties can reach out to Laura A. Broacha at Laura.Broacha@va.gov for further details regarding the procurement process.
    J065--RME Preventative Maint Program (VA-25-00026551)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance services for reusable medical equipment under the RME Preventative Maintenance Program (VA-25-00026551). The procurement aims to ensure the optimal performance and safety of surgical instruments through on-site maintenance, inspection, repair, and refurbishment, adhering to healthcare standards across various facilities in Nebraska and Iowa. This contract, valued at approximately $34 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from March 1, 2025, to February 28, 2026, with four optional renewal years. Interested bidders must submit their quotes by March 4, 2025, at 10:00 AM Central Time, and can contact Contract Specialist James Miller at james.miller4@va.gov or 319-338-0581 for further information.
    W065 - Columbia VAMC Home Oxygen and Ventilator Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Oxygen and Ventilator Services at the Columbia Veterans Administration Medical Center (VAMC). The procurement aims to provide essential home health equipment rental services, including oxygen concentrators and ventilators, to approximately 1,500 veteran beneficiaries, ensuring compliance with Joint Commission standards for home care. This contract, which spans a five-year performance period from June 1, 2025, to May 31, 2030, emphasizes the importance of safety, timely delivery, and operational oversight in healthcare delivery for veterans. Interested parties must submit their proposals via email to Leonard Robinson by March 5, 2025, with all documentation requirements strictly enforced to avoid rejection.
    6509--Solifenacin Tabletes (VA-25-00037090)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Solifenacin Tablets, designated as RFP 36E79725R0020. This procurement aims to establish a reliable supply of Solifenacin for the VA, Department of Defense (DoD), and other federal health agencies, with the contract expected to last one year and include four optional renewal periods. Solifenacin is a critical medication used in the treatment of overactive bladder, highlighting the VA's commitment to ensuring access to essential pharmaceuticals for veterans and associated healthcare providers. Interested vendors should monitor SAM.gov for the RFP release, anticipated around March 14, 2025, with proposals due by March 28, 2025; for further inquiries, they may contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov or by phone at 708-786-4879.
    V231--HCS Veteran Lodging (VA-25-00046473)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for lodging services for veterans through solicitation number 36C26325Q0459, specifically targeting the Iowa City VA Health Care System. The procurement aims to provide overnight and extended stay accommodations for eligible veterans, ensuring compliance with safety regulations and offering essential amenities such as transportation to medical facilities. This contract, set as a total small business set-aside, has a ceiling amount of $3 million and spans from March 1, 2025, to February 28, 2030, with quotes due by March 7, 2025. Interested contractors can contact Senior Contracting Officer Jesse M Sweesy at Jesse.Sweesy@va.gov or 605-347-2511 x16724 for further details.
    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.
    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.