Home Sleep Apnea Testing
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 255-NETWORK CONTRACT OFFICE 15 (36C255), is soliciting proposals for Home Sleep Apnea Testing (HSAT) services for Veteran beneficiaries of the John J. Pershing VA Medical Center and associated Community Based Outpatient Clinics (CBOCs) in Poplar Bluff, Missouri. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by June 8, 2026, at 10:00 am CDT.
Scope of Work
The contractor will provide comprehensive HSAT services, including FDA-approved, state-of-the-art, lightweight, and easy-to-use equipment with at least 7 channels (type 3 device) capable of capturing data for 1-3 nights per patient. Key deliverables include off-site scoring of captured sleep study data by a Registered Polysomnography Technician, with data and scoring made available online within 72 hours. Detailed reports for all Veteran patients are required at the end of each billing period. The contractor must also provide 24/7 telephone access to knowledgeable support staff for patients and VA staff, and training for VA staff on device use, data upload, and basic quality assurance.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Base period plus four (4) Option Years
- Anticipated Start Date: September 2026 or earlier
- Offer Due Date: June 8, 2026, 10:00 am CDT
- Published Date: May 11, 2026
Evaluation & Award
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on an evaluation of Technical Capability, Price, and Past Performance.
Eligibility / Set-Aside
This acquisition is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns eligible under the SDVOSB Program. The applicable NAICS Code is 621999 (Other Health Services) with a size standard of $20.5 Million. Offers will only be considered from concerns designated in SAM as SDVOSB concerns certified by the SBA.
Additional Notes
The solicitation includes numerous FAR and VAAR clauses covering contract terms, conditions, and representations and certifications. The primary contact for this opportunity is Denise Maynard at denise.maynard@va.gov or 913-946-1116.