Q201--DME Huntington | Solicitation Questions

SOL #: 36C24526Q0281Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Huntington, WV

NAICS

Home Health Care Services (621610)

PSC

Medical Managed Healthcare (Q201)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 6, 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 Department of Veterans Affairs (VA) is soliciting proposals for Durable Medical Equipment (DME) and related services for beneficiaries of the Hershel "Woody" Williams VA Medical Center (VAMC) in Huntington, WV. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. An amendment has extended the response deadline to March 6, 2026, at 4:00 PM EST.

Scope of Work

The contractor will provide 24/7 DME services, including pickup, setup, delivery, disassembly, repair, installation, preventive maintenance, site assessment, disposal, infection control, cleaning, sanitization, storage, and patient training for Government-owned DME. Services require all necessary supplies, materials, equipment, labor, supervision, and transportation. Key clarifications from vendor questions include:

  • Recovery-only visits and combined delivery/pickup at the same residence are billed as a single standard trip (CLIN 0001).
  • Emergency trips (CLIN 0003) are for urgent, unexpected occasions, with COR notification required the next business day.
  • Pricing will be a single flat rate applicable to all service zones, with distance not affecting billing.
  • All required services are fully incorporated into the "Trip" CLIN pricing.
  • Preventive maintenance and incidental repairs (under $40) are covered under the Repair CLIN hourly rate, with major repairs requiring separate purchase orders and COR pre-approval.
  • A storage facility within 10 miles of the Huntington VAMC is required.

Contract & Timeline

  • Type: Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ)
  • Period of Performance: April 1, 2026, through March 31, 2031 (one base year + four option years)
  • Minimum Guarantee: $50,000.00
  • NAICS Code: 621610 Home Health Care Services ($19 Million size standard)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Response Due: March 6, 2026, 4:00 PM EST
  • Estimated Award Date: April 1, 2026

Submission & Evaluation

Proposals must be submitted electronically and consist of three volumes: Technical, Past Performance, and Price. Evaluation factors are Technical, Past Performance, and Price, with Technical and Past Performance combined being significantly more important than Price.

Additional Notes

The contractor must possess Joint Commission (JC) accreditation and meet/exceed Center for Medicare and Medicaid Services (CMS) standards. Payment will be made via Government Purchase Card. Contact George Sherrin at george.sherrin@va.gov for inquiries.

People

Points of Contact

Contracting OfficerGeorge SherrinPRIMARY

Files

Files

Download
Download
Download
Download
View

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Q201--DME Huntington | Solicitation Questions | GovScope