Durable Medical Equipment Services

SOL #: 36C25626Q0301Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
256-NETWORK CONTRACT OFFICE 16 (36C256)
RIDGELAND, MS, 39157, United States

Place of Performance

Fayetteville, AR

NAICS

Home Health Care Services (621610)

PSC

Other Medical Services (Q999)

Set Aside

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

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 10, 2026, 7:00 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 Department of Veterans Affairs (VA), specifically the 256-NETWORK CONTRACT OFFICE 16 (36C256), is soliciting proposals for Durable Medical Equipment (DME) Services at the Fayetteville VA Medical Center in Fayetteville, AR, and applicable locations. This is a Total Small Business Set-Aside for a Firm-Fixed-Price, Indefinite Quantity (IDIQ) contract. The purpose is to provide comprehensive DME services for eligible Veterans. Offers are due by February 10, 2026, at 2:00 PM CST.

Scope of Work

The contractor will provide all necessary labor, facilities, and management for VA-owned DME/HME. Services include:

  • Delivery, pick-up, receiving, storage, set-up, assembly, take-down, disassembly, installation, sanitizing, repair, and maintenance of equipment.
  • Transportation, safety inspections, and non-clinical in-service training for Veterans on equipment functionality.
  • Furnishing DME/HME and accessories to eligible Veterans within the Veterans Health Care System of the Ozark (VHSO) primary service area.
  • Patient instructions for use, care, maintenance, and basic troubleshooting.
  • Inspection of DME prior to storage and cleaning/processing of VA equipment.

Contract Details

  • Contract Type: Firm-Fixed-Price, Indefinite Quantity (IDIQ)
  • Period of Performance: A base period from March 1, 2026, to February 28, 2027, with four one-year option periods, potentially extending through February 28, 2031.
  • NAICS Code: 621610 (Home Health Care Services) with a $19 Million size standard.
  • Product/Service Code: Q999 (Other Medical Services).
  • Minimum Guarantee: The solicitation includes a guaranteed minimum ordering amount of $100,000.00.

Submission & Evaluation

  • Offer Due Date: February 10, 2026, at 2:00 PM CST.
  • Submission Method: Electronically via email to Caleb Parker (caleb.parker@va.gov).
  • Technical Questions Due: February 5, 2026, at 2:00 PM CST.
  • Evaluation Criteria: Technical Capability, Past Performance, and Price. The Government may consider quotations other than the lowest price.
  • Award Basis: Comparative Evaluation Procedures (FAR Part 13); price realism is not evaluated.
  • Registration: Offerors must be registered in the System for Award Management (SAM).
  • Amendments: Offerors must acknowledge all amendments, including Amendment 0001 (Q&A) and Amendment 0002 (updated Price/Cost Schedule, extended due dates).

Key Requirements & Special Notes

  • Facility Location: Contractor must maintain a facility within 5-10 miles of the VHSO.
  • Emergency Services: A 24/7 communication system is required, with a four-hour response time for emergency repairs or deliveries.
  • Patient Interaction: Contractor must provide a toll-free number, ensure patient education on equipment, and adhere to patient rights and responsibilities.
  • Compliance: Services must meet Joint Commission Standards. Bidders must review applicable wage determinations (Attachment B) for labor costs. Quality Assurance Surveillance Plan (QASP, Attachment C) details performance monitoring. Delivery (Attachment D) and Safety (Attachment F) checklists outline required procedures.
  • Pricing: Quotes must strictly follow the required CLIN format; alternative pricing models will not be considered. Delivery/setup CLINs are bundled and priced by service zones, with separate mileage for outside defined areas. Prior authorization is required for billable repair services.

People

Points of Contact

Ashley M. HaslauerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Award Notice
Posted: Feb 26, 2026
View
Version 5
Solicitation
Posted: Feb 9, 2026
View
Version 4
Solicitation
Posted: Feb 4, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 3, 2026
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Solicitation
Posted: Jan 20, 2026
View