SLEEP STUDIES INDY
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 posted a Justification for Limiting Sources (LSJ) for the acquisition of sleep study services for Veterans at the Indianapolis VA Medical Center (INDY VAMC). The VA intends to award a firm-fixed-price, one-year delivery order to Itamar Medical, Inc. for their proprietary WatchPAT system.
Scope of Work
This requirement includes the provision of WatchPAT devices, associated services, probes, and multi-night testing services. The WatchPAT system is described as unique and highly specialized, requiring a fully integrated solution for sleep studies to support Veterans at the Indianapolis VA Medical Center.
Contract & Timeline
- Type: Justification for Limiting Sources (LSJ), Firm Fixed-Price, One-Year Delivery Order
- Set-Aside: Not applicable (sole-source justification)
- Published: March 1, 2026
Justification Details
The VA conducted market research, including a Sources Sought Notice, and evaluated responses from other potential vendors. The justification concludes that Itamar Medical, Inc. is the only responsible source capable of meeting the government's requirements. This is due to the proprietary nature of the WatchPAT system, the necessity for interoperability with existing VA infrastructure, and the requirement for OEM-certified components and services.
Additional Notes
This posting is a justification for a sole-source award, not a solicitation for proposals. Bidders interested in similar opportunities should review the criteria used for sole-source justifications, particularly concerning unique products, integrated solutions, and existing system compatibility.
Contact Information
- Primary Contact: Rachelle Hamer (rachelle.hamer@va.gov)