Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
SOURCES SOUGHT

Q -- Medical Services: Sleep Study Services and Scoring Wichita, KS

Notice Date
10/16/2025 10:21:16 AM
 
Notice Type
Sources Sought
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526Q0038
 
Response Due
10/31/2025 1:00:00 PM
 
Archive Date
11/30/2025
 
Point of Contact
Kayla Haas, Contracting Officer, Phone: 913-946-1115
 
E-Mail Address
kayla.haas@va.gov
(kayla.haas@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Page 5 of 5 Sources Sought Notice Page 1 of 5 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting quotations for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 621498 All Other Outpatient Care Centers (SBA Size Standard $25.5 million) 3. Services Required: On-site (within the above VA Medical Center facility) sleep study services and scoring by registered polysomnographic technicians, and on-site scoring of home sleep apnea studies from VA-owned HSAT equipment returned to the VAMC of those devices to the VA Medical Center. 4. NCO 15 seeks information about potential sources that can perform the services at the location above. Interested and capable vendors are encouraged to respond to this notice no later than Friday, October 31, 2025 at 03:00 PM CST, by providing the following information via email only to Kayla.Haas@va.gov: (a) Company name (b) Address (c) Point of contact (d) Phone Number (e) Email Address (f) Company is/is not SAM registered; if registered list Unique Entity ID (SAM) number (g) Company is/is not a Small Business (i) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (ii) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating whether your company can provide services under the general requirements: Furnish all personnel necessary to provide On-Site Sleep Study Services and Scoring using Registered Polysomnographic Technicians (RPSGT) to acquire sleep studies on-site at the VA Sleep Center to eligible beneficiaries of the Department of Veterans Affairs (VA), Robert J. Dole (RJD) VA Medical Center (VAMC). The contractor shall perform sleep studies Nightly, 7 days per week, 365 days per year, including weekends and holidays. Contractor-performed diagnostic procedures shall include patient appointment scheduling, and re-scheduling as necessary, and performance of sleep studies, including, but not limited to full night diagnostic, full night CPAP/BiPAP, split night studies, issue/education/set up and scoring of home sleep apnea tests (HSAT), multiple sleep latency tests (MSLT), and maintenance of wakefulness tests (MWT), and all aspects of patient preparation, monitoring and study management. On-site study and HSAT shall be completed using the currently available sleep system and the VA s Somnoware VA-network based program. Contractor RPSGT s shall be adept in the operation of both systems Note: 1.4. HSAT equipment items are, and shall always remain the property of VA, issued to the Veteran by the VA, to include supplies needed to perform the HSAT at Veteran s home. Vendor will not be associated with supplying, shipping (send/return) HSAT equipment, or communicating with patients using HSAT. These are reserved functions of VA personnel. Management and performance of patient scheduling, to include receipt of study-needs information from the VAMC, patient contact (phone/mail as suitable), scheduling studies with the patient (or caregiver(s)) to suit patient schedule preference, and rescheduling. Notifying VA of scheduling barriers and providing schedule information to VA, including documenting schedule efforts and communications in patient electronic records. Studies include: Contractor-performed diagnostic procedures consisting of sleep studies full night diagnostic, full night CPAP/BiPAP, split night and home sleep apnea test studies (HSAT), multiple sleep latency tests (MSLT), and maintenance of wakefulness tests (MWT). Studies will be identified by Medicare (CMS) CPT Codes as descriptive-only and not a CMS cost or price methodology; these are the potential CPT Codes to be used: 95800-HSAT scoring-completed scoring and incomplete scoring with effort to score 95805-MSLT/MWT-Schedule, manage and monitor, scoring and documentation; completed and incomplete 95806-MALT/MWT performance/scoring completed and incomplete with effort to score 95808 CPAP performance/scoring completed and incomplete with effort to score 95810 Full Night performance/scoring completed and incomplete with effort to score 95811 Split Night performance/scoring completed and incomplete with effort to score (i) Describe your company s recent relevant experience, capabilities and expertise that demonstrates your experience providing sleep study services that meets the requirements described above. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract: (i) the legal name of entity with whom the respondent held the contract; (ii) the contract number; (iii) a description providing details of the specific tasks the respondent performed under that contract; (iv) the dates during which the respondent performed the contract; (v) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. (vi) Quantity of your firm s RPSGTs that can practice in the state of Kansas; (vii) Current vetting standards of employees to include Federal Background investigations. Discuss your company s capability to provide vetted RPSGTs to be submitted for background and network/computer access. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must identify the legal name of each subcontractor and provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE SLEEP STUDY SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. --End of Sources Sought Announcement--
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/29a2e269b6a84815b4b7083d55c1ddba/view)
 
Place of Performance
Address: Department of Veterans Affairs Robert J. Dole VA Medical Center 5500 East Kellogg Dr., Wichita, KS 67218, USA
Zip Code: 67218
Country: USA
 
Record
SN07621256-F 20251018/251016230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.