Home Oxygen - VA Pacific Islands Health Care 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 Pacific Islands Health Care System (VAPIHCS), is soliciting proposals for Home Oxygen and Ventilation Services for Veteran Beneficiaries within VISN 21. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires comprehensive program management, human engineering, and logistic support for essential home oxygen and ventilation equipment and services. Quotes are due by May 13, 2026, at 5:00 PM EDT (10:00 AM PDT).
Scope of Work
The contractor shall provide setup, installation, and management of home oxygen and ventilation equipment, including oxygen concentrators, liquid oxygen systems, portable gaseous systems, ventilators, CPAP/Bi-Level devices, nebulizers, and related supplies. Services are to be performed at the Veteran's residence or nursing home within VISN 21's service area, covering Oahu, Kauai, Maui, Molokai, Lanai, and the Big Island. Key requirements include 24/7 emergency response capability (30-minute telephone response, 2-6 hour on-site response), monthly home visits for ventilator patients, and quarterly visits for home oxygen patients by Certified/Registered Respiratory Therapists. The contractor must maintain a physical presence or resources within the geographic service area and adhere to The Joint Commission (TJC) or equivalent standards.
Contract & Timeline
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Solicitation
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 532283 (Home Health Equipment Rental) with a $41 Million size standard
- Period of Performance: Five ordering periods from October 1, 2026, to September 30, 2031.
- Guaranteed Minimum: $100.00
- Maximum Aggregate Value: $9,000,000.00
- Quotes Due: May 13, 2026, by 5:00 PM EDT (10:00 AM PDT)
- Published Date: April 27, 2026
Evaluation Factors
Proposals will be evaluated based on:
- Technical Capability
- Location/Geographic Coverage (patient-location coverage across islands)
- Past Performance (evaluated for all vendors within the past 5 years, CPARS satisfactory record may waive questionnaire)
- Price (all-inclusive unit prices covering inter-island transportation, air cargo, hazardous-material handling, remote delivery surcharges)
Key Clarifications & Updates
Amendment 0001, issued on April 27, 2026, provided responses to vendor questions and included a revised Quality Assurance Surveillance Plan (QASP). No further questions or clarifications will be accepted. Important clarifications include:
- No additional attachments, exhibits, maps, utilization schedules, or incumbent inventories are available.
- Historical utilization data and current patient numbers will not be provided; quantities are estimates.
- The incumbent contractor is Apria Healthcare LLC (36C26124D0062).
- Zero-quantity CLINs must be priced.
- Specific CLINs (0006, 0015, 0016) and air compressor lines (1010/1011) are not included.
- The transition-in period is 90 days, and the incoming contractor is not expected to replace all incumbent equipment.
- The revised QASP aligns with the PWS regarding home visits and infection control reporting, detailing specific performance indicators and acceptable quality limits (AQLs) for monitoring contractor performance.