6515--Humidifier heater base RFQ (Brand Name or Equal) Service-Disabled Veteran-Owned Small Business Set-Aside
SOL #: 36C25226Q0344Pre-Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States
Place of Performance
Place of performance not available
NAICS
Surgical and Medical Instrument Manufacturing (339112)
PSC
Medical And Surgical Instruments, Equipment, And Supplies (6515)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Mar 23, 2026
2
Last Updated
Mar 23, 2026
3
Response Deadline
Apr 7, 2026, 9:00 PM
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 VA Great Lakes Acquisition Center is soliciting proposals for Humidifier Heater Base, Sensor Cartridge, and Expiratory Heater Wire Adapter (Brand Name or Equal) for the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside procurement. The contract will be Firm-Fixed-Price, and award will be based on the lowest price technically acceptable offer. Offers are due by April 7, 2026, at 4:00 PM CDT.
Scope of Work
This Request for Quote (RFQ) seeks specific medical equipment:
- Items: Humidifier Heater Base, Humidifier Sensor Cartridge, and Humidifier Expiratory Heater Wire Adapter. All items are specified as "Brand Name or Equal."
- Salient Characteristics:
- Must support Invasive, Noninvasive, and Nasal High Flow therapy profiles.
- Require internal temperature probes; no external probes needed.
- Compatible with single heated (non-invasive) and double heated (invasive) circuits.
- Simple user interface with touch screen, mode change, comfort settings, and alarm/troubleshooting display.
- Built-in alarms for high/low temperature, water out, circuit disconnect, reverse gas flow, and system checks.
- Compatibility with existing FHCC equipment, including Medtronic 980 ventilators, Philips V60 BiPAP devices, and Nihon Kohden 330, 440, and 550 ventilator systems.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing.
- Size Standard: 1000 Employees.
- Offer Due Date: April 7, 2026, at 4:00 PM Central Standard Time (CDT).
- Published Date: March 23, 2026.
- Period of Performance: Delivery is expected within
DAYS ARO(Days After Receipt of Order). - Delivery Location: Captain James A. Lovell Federal Health Care Center, 3001 Green Bay Road, North Chicago, IL 60064-3048.
Eligibility & Submission
- Eligibility: Offerors must be certified SDVOSBs and listed in the SBA certification database at the time of offer and award.
- Basis of Award: Lowest Price Technically Acceptable (LPTA) offer.
- Submission Instructions: Offers must be submitted to the issuing office. Specific instructions regarding representations and certifications are detailed in FAR 52.212-3 and VAAR 852.219-73.
Contact Information
- Contract Specialist: Ryan Nugent
- Email: Ryan.Nugent@va.gov
- Phone: 414-844-4800
People
Points of Contact
Ryan NugentContract SpecialistPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Mar 23, 2026
Version 1Viewing
Pre-Solicitation
Posted: Mar 23, 2026