SLEEP STUDIES CLE
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) has awarded a Firm Fixed-Price Blanket Purchase Agreement (BPA) to Itamar Medical, Inc. for Sleep Study Devices and Services (WatchPAT system) for the Louis Stokes Veterans Affairs Medical Center (CLE VAMC) in Cleveland, OH. This award, valued at $5,541,000.00 over five years, is based on a limited sources justification due to the proprietary nature of the required WatchPAT system.
Scope of Work
This contract provides for the procurement of WatchPAT devices and services for home sleep apnea testing. The turnkey solution includes WatchPAT One Direct Program devices, probes, multi-night testing services, and cloud-based data upload for interpretation. It also covers direct-to-patient shipping, return logistics, OEM-certified consumables, and real-time patient troubleshooting and help desk support.
Contract & Timeline
- Contractor: Itamar Medical, Inc.
- Type: Firm Fixed-Price Blanket Purchase Agreement (BPA) under FSS Contract Number: 36F79723D0108
- Value: $1,108,200.00 (Base Year); $5,541,000.00 (Total, Base + 4 Option Years)
- Period of Performance: February 1, 2026, through January 31, 2031
- Award Date: Published February 17, 2026
Justification & Evaluation
This acquisition was conducted under a Limited Sources Justification, citing Itamar Medical, Inc. as the sole authorized distributor and provider of the proprietary WatchPAT system in the United States. Market research, including a Notice of Intent to Sole Source (RFQ 36C25026Q0154) posted on SAM.gov, confirmed that no other vendor could provide the required system due to its proprietary nature and the need for interoperability with existing WatchPAT Cloud infrastructure. Responses from other vendors (Sleep Care, Inc., Sleep Rite PSG LLC, Sleep Reset) were technically reviewed and found unable to meet the Government's minimum needs, primarily lacking authorized distributor status or offering incompatible alternative platforms.
Set-Aside
Not applicable; this was a limited sources justification based on unique and highly specialized supplies/services.