Skip to main content

An official website of the United States government

You have 2 new alerts

Q403--557-25-2-800-0006 Home Sleep Apnea Testing Base plus 4 (VA-25-00031638)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 24, 2025 09:37 am EST
  • Original Date Offers Due: Feb 11, 2025 03:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 12, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Q403 - MEDICAL- EVALUATION/SCREENING
  • NAICS Code:
    • 621610 - Home Health Care Services
  • Place of Performance:
    Department of Veterans Affairs Carl Vinson Medical Center Dublin , GA 31201
    USA

Description

Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Items Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, January 17, 2025. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 621610, with a small business size standard of $19 Mil. The FSC/PSC is Q403. The Carl Vinson VAMC, located at 1826 Veterans Blvd, Dublin, GA is seeking to purchase Home Sleep Apnea Testing Interpretation Services. All interested companies shall provide quotations for the following services: Services ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Remote WatchPAT test Interpretation Services Contract Period: Base LOCAL STOCK NUMBER: CS2116051 1800.00 EA 0002 WatchPAT® One Direct Program Contract Period: Base LOCAL STOCK NUMBER: CS2117002 1800.00 EA BASE YEAR ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 Remote WatchPAT test Interpretation Services Contract Period: Option 1 LOCAL STOCK NUMBER: CS2116051 900.00 EA 1002 WatchPAT® One Direct Program Contract Period: Option 1 LOCAL STOCK NUMBER: CS2117002 900.00 EA OPTION YEAR 1 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 Remote WatchPAT test Interpretation Services Contract Period: Option 2 LOCAL STOCK NUMBER: CS2116051 900.00 EA 2002 WatchPAT® One Direct Program Contract Period: Option 2 LOCAL STOCK NUMBER: CS2117002 900.00 EA OPTION YEAR 2 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 Remote WatchPAT test Interpretation Services Contract Period: Option 3 LOCAL STOCK NUMBER: CS2116051 900.00 EA 3002 WatchPAT® One Direct Program Contract Period: Option 3 LOCAL STOCK NUMBER: CS2117002 900.00 EA OPTION YEAR 3 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 Remote WatchPAT test Interpretation Services Contract Period: Option 4 LOCAL STOCK NUMBER: CS2116051 900.00 EA 4002 WatchPAT® One Direct Program Contract Period: Option 4 LOCAL STOCK NUMBER: CS2117002 900.00 EA OPTION YEAR 4 STATEMENT OF WORK ITAMAR MEDICAL INTERPRETATION SERVICE GENERAL: This new urgent request is due to a current backlog of 903 sleep study consults for the home sleep studies that have not been read. The new service request will include having the company not only provide the interpretation service, but they will also send out the equipment to the veterans and interpret the study once it is returned to them. They will maintain the upcoming studies and close out timely. EQUIPMENT DESCRIPTION: This is an interpreting service that will send out home study kits for the veterans to use at home. Once the kit is returned to the company, they will interpret the study and then provide cpap/bipap machines to the veteran if ordering is required. PERFORMANCE REQUIREMENTS: The interpreting service will directly send out the home sleep study kits to the veterans. Once the kits are returned to the service and study interpreted the veteran will receive machines as needed if provider orders the equipment. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with performance requirements. CloudPAT website enables the interpreting physician as well as the sleep technologist to access sleep studies and prescriptions. DAYS AND HOURS OF OPERATION: All work required in the performance of this contract shall be performed during the hours of Monday Saturday 24/7 and reports/results should be returned within 48 hours after test have been uploaded. The Watch PAT studies are interpreted by board certified sleep physician. Purchase is good until all 903 and any plus studies have been performed and interpreted (meaning no expiration on interpretation services) The interpretation will include: Diagnosis Therapy prescription if needed This will provide a proficient solution for the backlog of patients requiring sleep studies. TERMINATION OF SERVICE: The government reserves the right to terminate this contract, or any part hereof, for its sole convenience. SECURITY: The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. ~END OF SOW~ Similar services/items should be compatible to and meet or exceed similar items produced by Zoll Itamar Surgical. Place of Performance Address: Carl Vinson VAMC 1826 Veterans Blvd Dublin, GA Postal Code: 31021 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-2, Evaluation-Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services [NOV 2023] ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.201-70 Contracting Officer s Representative (DEC 2022) VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018 VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.223-71 Safety and Health (SEP 2019) VAAR 852.232 72, Electronic Submission of Payment Requests VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) CL-120 Supplemental Insurance Requirements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (DEC 2023) The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.203-17, 52.204-10, 52.204-14, 52.204-27, 52.209-6, 52.219-14, 52.219-28 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.225-13, 52.232-33, and 52.242-5.] All quoters shall submit the following: Adequate documentation detailing the capabilities of the offeror to meet the requirements of the Description/Specifications and Work Statement, and a complete 852.219-75 - Attachment 2 Limitations on Subcontracting All quotes shall be sent to the Darius Crane, NCO 7 Contracting Officer email darius.crane@va.gov. not later than 02/11/2025 15:30 Eastern Time. Please place in ATTENTION: 36C24725Q0287 SLEEP STUDY SERVICES in the subject line of your email. All offers must include the solicitation number. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Adequate documentation detailing the capabilities of the offeror to meet the requirements of the Statement of Work, Past Performance - Utilizing CPARS, and Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms, and conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of quotations;             (3) The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;            (5) Terms of any express warranty;            (6) Price and any discount terms;            (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments; (10) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9), and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes unless another time period is specified in an addendum to the solicitation. (d) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart  4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (e) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (f) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (g) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (h) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (i) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7, System for Award Management (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.233-2, Service of Protest (SEPT 2006) 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71, Alternate Protest Procedure (Oct 2018) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 02/11/2025 15:30 Eastern Time via email to darius.crane@va.gov. Please place in ATTENTION: 36C24725Q0287 SLEEP STUDY SERVICES in the subject line of your email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be received by January 29, 2025, NLT 12:00 PM EST and forwarded in writing via e-mail to the Point of Contact listed below. Please place in ATTENTION: 36C24725Q0287 SLEEP STUDY SERVICES in the subject line of your email. Darius Crane Contracting Officer Darius.crane@va.gov

Contact Information

Contracting Office Address

  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA

Primary Point of Contact

Secondary Point of Contact





History