Q999--Home Oxygen Interim 442 - RMME POP 4/1/26-3/31/27
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 NETWORK CONTRACT OFFICE 19 (36C259), has posted a Justification and Approval (J&A) for an interim bridge contract for Home Oxygen Services. This action is to ensure continuity of care for Veterans in the Cheyenne VA Medical Center catchment area while a new long-term contract is being awarded and protests are resolved. The contract is being awarded on a sole-source basis to Rocky Mountain Medical Equipment, LLC.
Scope of Work
The interim contract covers the provision, delivery, setup, maintenance, and servicing of comprehensive home oxygen therapy equipment and supplies. This includes:
- Oxygen concentrators (stationary and portable)
- Liquid oxygen systems
- Compressed gas cylinders
- Related accessories (tubing, cannulas, humidifiers) The services require 24/7 emergency support, maintenance, and patient education/safety checks.
Contract Details
- Type: Firm-Fixed-Price, Indefinite-Delivery/Indefinite-Quantity (ID/IQ)
- Period of Performance: One year, estimated from April 1, 2026, to March 31, 2027
- Option: Includes RFO clause 52.217-8, Option to Extend Services (up to 6 months)
- Set-Aside: Restricted competition, sole-source award under FAR 6.302-1.
- Incumbent/Awardee: Rocky Mountain Medical Equipment, LLC
Justification & Market Research
This is not a solicitation for proposals. The J&A justifies restricting competition to a single source due to "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Market research, including a Notice of Intent to Sole Source, was conducted, but no other respondents demonstrated sufficient capability or ability to meet the required timeline. The Rule of Two could not be met. The primary reason for this restriction is to avoid disruption of critical patient care, prevent substantial duplication of costs, and manage the logistical complexity of transitioning services. Future requirements for this service will be competed to the greatest extent practicable.
Contact Information
For inquiries regarding this justification, contact Christine Jarvis, Contract Specialist, at christine.jarvis@va.gov or 303-712-5784.