Home Oxygen - VA Northern California Healthcare System
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 the VA Northern California Healthcare System, is soliciting quotes for Home Oxygen Services and Ventilation. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires contractors to provide necessary supplies, equipment, and incidental services to Veteran Beneficiaries in their residences or nursing homes across 18 Northern California counties. The contract is a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) with a potential five-year period of performance. Quotes are due by April 28, 2026, at 10:00 AM PDT.
Scope of Work
The contractor shall provide comprehensive home oxygen and ventilation services, including setup, installation, and management. This encompasses the provision of various medical equipment such as oxygen concentrators, liquid and gaseous oxygen systems, portable systems, ventilators, suction pumps, air compressors, and associated supplies. Services must be performed by licensed Certified Respiratory Therapists (CRT) or Registered Respiratory Therapists (RRT) within the VA Northern California Healthcare System's catchment area, covering Alameda, Amador, Butte, Colusa, Contra Costa, El Dorado, Glenn, Napa, Placer, Sacramento, Shasta, Siskiyou, Solano, Sutter, Tehama, Trinity, Yolo, and Yuba counties.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Five ordering periods, from October 1, 2026, to September 30, 2031.
- Ordering Period One: 10/1/2026 - 9/30/2027
- Ordering Period Two: 10/1/2027 - 9/30/2028
- Ordering Period Three: 10/1/2028 - 9/30/2029
- Ordering Period Four: 10/1/2029 - 9/30/2030
- Ordering Period Five: 10/1/2030 - 9/30/2031
- Guaranteed Minimum: $100.00
- Maximum Aggregate Value: $6,000,000.00
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 532283 (Home Health Equipment Rental) with a $41 Million size standard.
Key Requirements
- Accreditation: Must meet or exceed The Joint Commission (TJC) or equivalent standards.
- Response Times: 24/7 emergency service with a 30-minute telephone response and 2-hour in-person response (max 6 hours).
- Delivery: Initial setups required same-day if prescription received by 3:00 PM, within 24 hours if received after 3:00 PM.
- Home Visits: Monthly for ventilator patients, every 90 days for home oxygen patients.
- Staffing & Location: Local facility or resources physically located within the service area, or a staffed branch office within 50 miles of each medical center. Facility can be established after award but before performance start.
- Equipment: Must meet specific technical specifications (e.g., UL approved, FAA approved for POCs).
- Compliance: Adherence to safety regulations, HIPAA, and emergency preparedness plans.
Evaluation Factors
Proposals will be evaluated using a comparative approach based on:
- Technical Capability: Assessing compliance with TJC standards, contractor qualifications, and Infection Control Plan.
- Location/Geographic Coverage: Evaluating proximity to VA medical centers, delivery/response times, and overall coverage.
- Past Performance: Utilizing CPARS records and a Past Performance Information Questionnaire.
- Price: Evaluated for fairness and reasonableness. These factors are not weighted, and the government seeks the best overall value.
Submission Requirements & Important Dates
- Quotes Due: April 28, 2026, at 10:00 AM PDT.
- Submission Method: Email quotes only to david.alvarez4@va.gov.
- Required Documents: Completed and signed VA Form 852.219-75, signed SF1449, and pricing on the B.2 Schedule (using the revised CLINs Price Per Unit Spreadsheet).
- Past Performance: Offerors must ensure evaluators return the Past Performance Information Questionnaire directly to the government, and offerors must include a copy of the completed Past Performance Information page with their proposal.
- Clarifications: No further questions or clarifications will be accepted.
Contact Information
Primary Point of Contact: David J. Alvarez (david.alvarez4@va.gov)