Ohio Bids > Bid Detail

Q521--Home-Based Sleep Studies for Wylie P. Chalmers VAACC

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159452658436555
Posted Date: Mar 8, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/2ab177f7bb...
Follow
Q521--Home-Based Sleep Studies for Wylie P. Chalmers VAACC
Active
Contract Opportunity
Notice ID
36C25024Q4220
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 04:24 am EST
  • Original Response Date: Mar 18, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q521 - MEDICAL- PULMONARY
  • NAICS Code:
    • 621610 - Home Health Care Services
  • Place of Performance:
    Patient Residence in support of Columbus VAACC Department of Veterans Affairs Columbus, Ohio , 43219
Description
Home-Based Sleep Studies for Wylie P. Chalmers VAACC
The purpose of this sources sought notice is to seek responses from all qualified, prospective offerors interested in the forthcoming solicitation for the subject requirement summarized as follows:
Short Title: Home-Based Sleep Studies for Wylie P. Chalmers VAACC
NAICS-621610: Home Health Care Services
Place of Performance: Patients home of residence in support of Wylie P. Chalmers VAACC in Columbus, Ohio
Anticipated Periods of Performance: The performance periods include a base year and four (4) options years if exercised summarized as follows:
Base Year from 5/01/2024 to 4/30/2025: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items necessary to provide HOME BASED SLEEP STUDIES for Chalmers P. Wylie Veterans Administration Ambulatory Care Center (VAACC) in Ohio as a turn-key deliverable.
Option Year One (OY1) from 5/01/2025 to 4/30/2026: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items necessary to provide HOME BASED SLEEP STUDIES for Wylie P. Chalmers VAACC as a turn-key deliverable.
Option Year Two (OY2) from 5/01/2026 to 4/30/2027: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items necessary to provide HOME BASED SLEEP STUDIES for Chalmers P. Wylie Veterans Administration Ambulatory Care Center (VAACC) in Ohio as a turn-key deliverable.
Option Year Three (OY3) from 5/01/2027 to 4/30/2028: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items necessary to provide HOME BASED SLEEP STUDIES for Chalmers P. Wylie Veterans Administration Ambulatory Care Center (VAACC) in Ohio as a turn-key deliverable.
Option Year Four (OY4) from 5/01/2028 to 4/30/2029: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items necessary to provide HOME BASED SLEEP STUDIES for Chalmers P. Wylie Veterans Administration Ambulatory Care Center (VAACC) in Ohio as a turn-key deliverable.
Attachment 1 for Reference: Final draft version of the Performance Work Statement (PWS) is attached for reference as appropriate.
Attachment 2 for Completion/Signature: Statement of FAR 52.219-14 (Limitations on Subcontracting) Compliance for completion/signature.

Request all prospective offerors interested in this requirement email their 1) company name, 2) UEI number, 3) CAGE code, 4) business socio-economic size status, 5) signed statement of FAR 52.219-14 Limitations on Subcontracting Compliance and 6) capabilities statement to meet this requirement in Adobe PDF format to perform subject requirement to bradley.burhite@va.gov not later than 18 March 2024 at 13:00-EST. In addition, please note that a signed copy of the FAR 52.219-14 (Limitations on Subcontracting) compliance letter is required to be considered responsive to this source sought notice.
Furthermore, all prospective offerors shall also provide documentation to evidence VA Technical Reference Model (TRM), VA Authority-To-Operate (ATO), and VA FEDRAMP for software and FDA approval for devices to provide these services as appropriate for each offeror s proposed capability be considered an actionable response to this sources sought notice.
Feel free to contact Brad Burhite at bradley.burhite@va.gov if you have any questions.
Please note that this requirement is subject to availability of funds in accordance with FAR 52.232-18 (Availability of Funds).
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
  • Brad Burhite
  • bradley.burhite@va.gov
  • Phone Number Network Contracting Office (NCO) 10
  • Fax Number 260 E. University Avenue
Secondary Point of Contact


History
  • Mar 08, 2024 04:24 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >