436 HOME OXYGEN INTERIM BRIDGE JUSTIFICATION POSTING
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically NETWORK CONTRACT OFFICE 19 (36C259), has posted a Justification and Approval (J&A) for a sole source interim bridge contract for Home Oxygen Services in Fort Harrison, MT. This action ensures continuity of critical home oxygen therapy for Veterans Integrated Service Network (VISN) 19 beneficiaries while a new long-term contract is awarded, protests are resolved, and a transition period is managed. This is a justification posting, not a solicitation for proposals.
Purpose & Scope
The primary purpose is to prevent disruption of essential home oxygen services, which could pose serious risks to patient health. The scope of work includes the provision, delivery, setup, maintenance, and servicing of home oxygen therapy equipment and supplies. This encompasses stationary and portable oxygen concentrators, liquid oxygen systems, compressed gas cylinders, and related accessories (tubing, cannulas, humidifiers). The contractor must also provide 24/7 emergency support, maintenance, patient education, and safety checks.
Contract Details
- Type: Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (ID/IQ)
- Period of Performance: One year, from April 1, 2026, to March 31, 2027.
- Option: Includes an Option to Extend Services (FAR clause 52.217-8) for up to six months.
- Value: Specific estimated value is not stated, but pricing will be based on the current contract.
Justification for Sole Source
The statutory authority cited for this sole source award is FAR 12.201, Simplified Procedures for Commercial Items, implemented by FAR 12.102(b). The justification states "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Market research identified potential sources, including a Service-Disabled Veteran Owned Small Business (SDVOSB), but they did not provide sufficient evidence of ability to perform within the required timeframe or prevent duplication of costs. The incumbent contractor is Northwest Respiratory Services. Transitioning to a new provider is estimated to cost three to six months of contract value due to logistical complexities and potential equipment write-offs.
Future Plans & Contact
The VA aims to compete future requirements for this service to the greatest extent practicable. For inquiries, contact Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.