Home Oxygen - VA Northern California Healthcare System
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 VA Northern California Healthcare System (VANCHCS), is soliciting proposals for Home Oxygen Services. This Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to provide essential home oxygen and ventilation services to Veteran Beneficiaries in their residences or nursing homes across a wide service area in Northern California. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by April 21, 2026, at 10:00 AM local time.
Scope of Work
The contractor will be responsible for the setup, installation, and ongoing management of home oxygen and ventilation services. This includes providing necessary supplies, equipment (such as oxygen concentrators, liquid oxygen systems, portable gaseous systems, and ventilators), and incidental services. Services must adhere to The Joint Commission (TJC) or equivalent standards. Key performance requirements include 24/7 emergency service with specific response times (e.g., 2 hours for non-disaster, 6 hours for emergencies), same-day initial setups, and regular patient visits (monthly for ventilator patients, every 90 days for home oxygen patients). The service area covers numerous counties in Northern California, and the contractor must maintain a physical presence or resources within 50 miles of each VA medical center.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Guaranteed Minimum: $100.00
- Maximum Aggregate Value: $6,000,000.00
- Period of Performance: Five ordering periods, from October 1, 2026, to September 30, 2031.
- Product Service Code: W065 (Lease Or Rental Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- NAICS Code: 532283 (Home Health Equipment Rental) with a $41 Million size standard.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
Submission & Evaluation
- Questions Due: April 2, 2026, by 10:00 AM PDT.
- Offers Due: April 21, 2026, by 10:00 AM local time.
- Past Performance Questionnaires Due: April 16, 2026 (submitted directly by evaluators).
- Submission Method: Email offers and questions to david.alvarez4@va.gov.
- Evaluation Factors: Proposals will be evaluated based on:
- Technical Capability: Assessing compliance with TJC standards, contractor qualifications, and Infection Control Plan.
- Location/Geographic Coverage: Evaluating proximity to VA medical centers, delivery/response times, and overall coverage.
- Past Performance: Reviewing recent and relevant performance, including CPARS and submitted questionnaires.
- Price: Assessing fairness and reasonableness.
- Required Documents: Offers must include completed and signed VA Form 852.219-75, signed SF1449, and pricing on the B.2 Schedule. Proof of TJC standards and Contractor Qualifications is also required.
Quality Assurance
A Quality Assurance Surveillance Plan (QASP) is in place to monitor contractor performance against the PWS objectives. This includes tracking patient information return, emergency services, assessments, quality of care, patient safety, infection control, critical events, and patient satisfaction, with acceptable quality levels typically set at 90% or greater compliance.