Q999--VISN 09 DME Services
ID: 36C24925R0036Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Home Health Care Services (621610)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Durable Medical Equipment (DME) services under the solicitation titled "Q999--VISN 09 DME Services." The procurement aims to provide essential DME, including delivery, installation, and maintenance, to veterans across five VA Medical Centers in VISN 9, with a contract period from October 1, 2025, to September 30, 2030. This initiative is crucial for enhancing access to medical services and ensuring the well-being of veterans through timely and compliant healthcare support. Interested bidders should direct inquiries to Contracting Officer Elizabeth (Lisa) Trimm at elizabeth.trimm@va.gov, with the maximum contract value set at $7 million and additional details available in the solicitation documents.

    Point(s) of Contact
    Elizabeth (Lisa) TrimmContracting Officer
    elizabeth.trimm@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for providing Durable Medical Equipment (DME) services to beneficiaries across five VA Medical Centers in VISN 9 from October 1, 2025, to September 30, 2030. The contractor is responsible for delivering, installing, and maintaining government-owned DME, while ensuring compliance with quality standards and addressing veteran needs. Significant requirements include timely delivery within 48 hours of notification, emergency service availability, and adherence to safety and sanitation protocols. Key points include storage and management of VA equipment, systematic inventory tracking, and proper handling of sensitive information. The contractor will be compensated through government purchase cards, with invoices submitted electronically. The geographical service scope covers specific counties in Tennessee, Kentucky, Alabama, Georgia, and the surrounding states. The document emphasizes transparent communication with the VA, comprehensive training for contractor employees, and detailed reporting on equipment maintenance and veteran education. A quality assurance process is mandated to continuously improve services, ensuring compliance with federal regulations and veteran safety. This proposal reflects the VA's commitment to providing effective medical support to veterans while maintaining accountability and adherence to established standards.
    The Department of Veterans Affairs is issuing a presolicitation notice for Durable Medical Equipment (DME) services under the solicitation number 36C24925R0036. This contract requires the contractor to deliver, set up, sanitize, and maintain government-owned DME for veterans in Tennessee and Kentucky, ensuring adherence to health and safety regulations. Services must be offered 24/7, with emergency repairs within an 8-hour window. Contractors must be Service-Disabled Veteran Owned Small Businesses (SDVOSB) and comply with local laws and various federal regulations. The proposal should highlight the contractor's capability to manage logistics, including inventory, storage, and transportation—ensuring clean and safe conditions for equipment delivery. Contractors are required to have a designated storage space of at least 3000 sq. ft., manage electronic inventory, and maintain communication with veterans and VA representatives. The anticipated solicitation release is around June 2, 2025, following FAR Part 15 guidelines, with a 100% set-aside for SDVOSBs. Interested contractors must also verify their eligibility via SBA VetCert. Questions about the RFP must be directed to the Contracting Officer via email.
    The document is an amendment related to solicitation number 36C24925R0036, issued by the Department of Veterans Affairs, specifically Network Contracting Office 9, addressing Durable Medical Equipment (DME) Services for VISN 9. The main purposes of this amendment are to provide answers to inquiries raised by bidders and to update the maximum value of the Indefinite Delivery/Indefinite Quantity (IDIQ) contract to $7 million. The amendment outlines the required acknowledgment process for offerors and details changes in contractual obligations as governed by federal procurement regulations. Additionally, two attachments accompany the amendment, including a question and answer document and details of line items pertinent to the solicitation. This procedure emphasizes the VA's commitment to transparency and compliance in its procurement process while ensuring that all interested parties are adequately informed about solicitation changes.
    The document outlines a series of Requests for Proposals (RFPs) for Durable Medical Equipment (DME) services and related support, structured over multiple ordering periods across various locations in Kentucky and Tennessee. It primarily focuses on the provision and maintenance of individual DME trips, emergency trips, and repair services, specifying these for five distinct locations: Lexington, Louisville, Memphis, Mountain Home, and TN Valley. Each ordering period is categorized with identification numbers and allows for individual or two-person DME trips, alongside emergency services. The contract spans from October 1, 2025, to September 30, 2026, with options for extensions through 2029. Each entry specifies the quantities needed for services and implies compliance with federal standards relevant to healthcare and veteran services. The overarching goal is to enhance medical transportation, maintenance, and emergency care for veterans, reinforcing the commitment to quality service and support within the Department of Veterans Affairs (VA) healthcare system. This initiative aligns with federal objectives aimed at improving access to essential medical services for veterans while ensuring thorough maintenance and responsive emergency assistance.
    The government document outlines responses to key questions regarding a request for proposals (RFP) for patient education services. It specifies that initial patient education must be conducted in person. The price factor can be submitted in Excel format, and while historical data on service volumes is not explicitly provided, estimates are based on the previous year’s data. A price schedule spreadsheet is included with an amendment. The government may make multiple awards for contracts but restricts submissions to one per facility, ensuring coverage for all five Medical Facilities. Finally, the contract value is capped at $7 million. This document serves as a guidance tool for potential bidders by clarifying the requirements and logistical details essential for compliance with the RFP process.
    The document outlines the Quality Assurance Surveillance Plan (QASP) for the provision of Durable Medical Equipment (DME) services under a federal contract. It specifies performance standards, reporting requirements, and quality assessments related to patient care, safety, and contractor compliance. Key responsibilities of the contractor include reporting unsafe conditions, ensuring electrical service sufficiency, managing patient refusals, maintaining equipment inventories, and conducting patient satisfaction surveys quarterly. The report emphasizes performance improvement, requiring quarterly meetings with the Contracting Officer's Representative (COR) and submission of various reports to ensure transparency and accountability. Performance ratings are categorized from Exceptional to Unsatisfactory, based on contractor adherence to contractual obligations, with processes for documenting both positive and negative performances. The plan ensures that any deficiencies are formally communicated to the contractor for corrective action. Overall, the QASP emphasizes a structured approach to monitoring and enhancing service quality in alignment with VA standards, ultimately prioritizing patient safety and satisfaction.
    This document details a list of medical equipment and supplies intended for government procurement, specifically targeting healthcare applications. It includes various categories such as mattresses, hospital beds, patient lifts, slings, ambulation aids, wheelchairs, walkers, rollators, scooters, and power chairs, primarily from the Invacare and Drive brands. Each item is specified with its respective dimensions, intended condition, serial numbers, and additional features. Key items include different types of standard and bariatric foam mattresses, various hospital bed components, and an array of patient lift devices. Ambulation aids list manual and bariatric wheelchairs, walkers, and rollators, while power chairs and scooters are also noted without detailed specifications. This compilation serves as a reference for federal and state entities seeking to fulfill RFPs and grants related to healthcare provision, emphasizing the need for a diverse range of medical equipment to support patient care. The systematic arrangement aids potential bidders in understanding the specific needs of government agencies in the medical equipment domain.
    The Business Associate Agreement between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) and a designated business associate establishes the framework for handling Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. The agreement defines roles, terms, and responsibilities, emphasizing that PHI remains the property of the covered entity and outlines the permissible uses and disclosures by the business associate. It mandates that the business associate implement safeguards, notify the covered entity of breaches, and provide detailed incident reports. The covered entity agrees to uphold compliance and provide necessary authorizations for use of PHI. Key provisions address ownership of PHI, obligations for safeguarding information, breach notification protocols, and termination conditions, indicating that the agreement will automatically end when business associate duties are completed. The document incorporates adherences to federal laws and mandates a regular review every two years to ensure ongoing compliance. This agreement is vital for protecting health data within the VA system while facilitating necessary operational collaborations.
    The document appears to be a government file detailing various aspects of federal and state/local Requests for Proposals (RFPs) and grants related to environmental projects. It outlines significant processes and requirements for securing funding and bids for projects focused on environmental remediation, infrastructure upgrades, or other public service initiatives. Key components include guidelines for preparing proposals, compliance with federal and local regulations, and the necessity of conducting thorough assessments to identify potential hazards, such as the presence of hazardous materials. The document also emphasizes the importance of ensuring safety during project execution, highlighting the need for mitigation strategies to handle environmental risks effectively. Overall, the purpose of the file is to provide a structured approach for entities seeking funding or partnership opportunities within the framework of federal and state programs. By understanding the grant and RFP processes, stakeholders can align proposals with government goals, promote sustainable practices, and enhance community well-being through environmental improvements.
    The document contains a series of fragmented data and nonsensical characters, making it challenging to decipher relevant content about federal and state/local RFPs, grants, or any specific initiatives. Despite the chaos, the overall context suggests that it may relate to requests for proposals and funding opportunities aimed at various public sector projects. Identifying essential themes, such as project funding and compliance with regulatory standards, remains obscure due to the lack of coherent information. Nevertheless, the intended purpose of the document appears to be the promotion and provision of government resources for potential contractors or grant applicants, emphasizing the structured processes typically involved in federal and local funding requests. Proper governance and adherence to established guidelines are implied as part of the discussion on these proposals.
    The government file primarily addresses issues related to federal grants, RFPs (Requests for Proposals), and the nuances of state and local funding opportunities. The content appears fragmented due to data corruption, but the overall intent involves facilitating access for prospective applicants to understand funding mechanisms and requirements. Key components likely include guidelines on preparing proposals, eligibility criteria, budget considerations, and evaluation metrics. Such documents serve as essential resources for organizations seeking financial assistance for public projects or programs that align with governmental initiatives. The emphasis is on transparency, accountability, and guidance for ensuring compliance with regulatory standards. The context illustrates government efforts to promote equitable access to funding and enhance project viability through structured proposals and grants management.
    The document appears to be a fragmented consolidation of multiple government Request for Proposals (RFPs) and grant applications, primarily focusing on various community projects requiring funding and resource allocation. Key topics include infrastructure development, environmental assessments, and community health initiatives. Each proposal emphasizes regulatory compliance, risk management, and sustainable practices within the context of local and federal guidelines. Notably, specific projects mentioned involve hazardous material surveys, facility renovations, and infrastructure upgrades aimed at enhancing public safety and environmental health. The proposals reveal compliance with applicable standards, delineate administrative and operational requirements, and suggest evaluations to address potential environmental hazards. Furthermore, the documentation underscores a commitment to safety and community well-being while also pursuing local and federal grant opportunities for funding. In summary, the essence of the document revolves around securing funding for vital projects that align with government priorities, focusing on sustainability, compliance, and community health, which are crucial for effective project implementation and success.
    The document appears to be an incomplete or corrupted government file, making it difficult to ascertain specific details related to federal RFPs, grants, or state and local RFP processes. Despite this, the overarching themes suggest a focus on funding opportunities and the administrative procedures tied to them. There are numerous references to documentation involving government financial assistance, with various mentions of project proposals and compliance regulations. The structure indicates an emphasis on the procedural framework required for submissions, likely targeting organizations or entities seeking to secure grants or respond to RFPs. Key aspects include the importance of adhering to government standards, providing detailed assessments, and ensuring safety and regulatory compliance throughout project execution. The absence of coherent information limits the ability to present specific initiatives or projects. The file’s purpose likely revolves around informing relevant stakeholders about opportunities for funding and the requirements associated with federal allocations. Overall, the insights gained from the document underline the significance of compliance and strategic planning in the procurement process within various government frameworks.
    The Contractor Certification document outlines compliance requirements with the Immigration and Nationality Act of 1952 for contractors working with the Department of Veterans Affairs (VA). It mandates that contractors ensure they do not employ or subcontract illegally working foreign nationals, emphasizing the need to adhere to laws enforced by Homeland Security and other agencies. The contractor must also comply with E-Verify requirements in accordance with Executive Order 12989 and pertinent amendments. Failure to meet these obligations may result in prohibition from employing non-compliant foreign nationals and could lead to contract termination for breach. Additionally, contractors are required to procure similar certifications from their subcontractors. The document highlights the importance of truthful certification, noting that false statements could lead to prosecution under federal law. This certification is crucial for maintaining the integrity of services provided to veterans through the VA.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement involves comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is critical for ensuring efficient patient flow and operational effectiveness within the medical facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four optional one-year extensions. Interested parties can reach out to Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details.
    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.
    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.
    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.
    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.
    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.
    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.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.