Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOLICITATION NOTICE

65 -- BNOE ICU HOSPITAL BEDS

Notice Date
1/27/2026 1:44:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0249
 
Response Due
2/10/2026 3:00:00 PM
 
Archive Date
04/11/2026
 
Point of Contact
Tracy Heath, Contract Specialist, Phone: 253-888-4903
 
E-Mail Address
tracy.heath@va.gov
(tracy.heath@va.gov)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Revolutionary FAR Overhaul (RFO) (FAR) subpart 12.2, Solicitation, Evaluation, and Award 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 (FAC) 2025-06 (eff. 10/01/2025). This solicitation is a Brand Name or Equal (BNOE) Request for Quote (RFQ) and the solicitation number is 36C26026Q0249. This solicitation is unrestricted, and the Government anticipates awarding a firm-fixed price supply order from this solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees. The FSC/PSC is 6530. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The Boise VA Medical Center is seeking to purchase ICU hospital Beds. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 BNOE Baxter Progressa+ ICU Bed (36 Frame width Progressa+ base frame) PN P7501A000032 12 EA 0002 BNOE Baxter Progressa+ ICU Bed (40 Frame width Progressa+ base frame) PN P7501A000033 2 EA Salient Characteristics: 36 Frame Width (P7501A000032) Progressa+ Base Frame Must have in bed scale Must have foot of bed egress (Chair Egress position) Must have chest physiotherapy Must have ability to turn patient (Rotation) Must have a 5th wheel electric drive system Must have permanent IV pole Must have the ability to work with the current patient helpers (trapeze) Must have an integrated oxygen holder Must have hands-free emergency CPR and Trenelenburg Must have a maximum weight capacity of 500lbs Must have option for Percussion & Vibration Must have Nurse call, Universal TV & Lighting Must have intellidrive with 6 casters Must include Wi-Fi Module Must have X-Ray Sleeve 40 Frame Width (P7501A000033) Progressa+ Base Frame Must have in bed scale Must have foot of bed egres (chair Egress position) Must have chest physiotherapy Must have ability to turn patient (Rotation) Must have a 5th wheel electric drive system Must have permanent IV pole Must have the ability to work with the current patient helpers (trapeze) Must have an integrated oxygen holder Must have hands-free emergency CPR and Trenelenburg Must have a maximum weight capacity of 500lbs Must have option for Percussion & Vibration Must have Nurse call, Universal TV & Lighting Must have intellidrive with 6 casters Must include Wi-Fi Module Must have X-Ray Sleeve Delivery shall be FOB Destination: no later than 180 days after receipt of order (ARO). Place of Performance/Place of Delivery Address: Boise VA Medical Center 500 W. Fort St. Boise, ID Postal Code: 83702-5526 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.203-11 CERTIFICATION & DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS SEPT 2024 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION JAN 2017 52.204-7 SYSTEM FOR AWARD MANAGEMENT REGISTRATION NOV 2024 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION SEP 2018 852.233-71 ALTERNATE PROTEST PROCEDURE SEP 2018 FAR 52.225-6, Trade Agreements Certificate FEB 2021 (a)� The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled ""Trade Agreements."" (b)� The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products: Line-item No. Country of origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c)� The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. (End of provision) 4. FAR 52.212-2, Evaluation-Commercial Products and Commercial : The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In accordance with FAR 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standards of responsibility will not be eligible to receive contract award. The following factors should be used to evaluate offers: Special Standards of Responsibility: (Per FAR 9.104-2) The following special standards of responsibility apply to this procurement: SP1: Offeror must be a manufacturer authorized provider for the items provided. A letter from the manufacturer stating such must be included with any response to this solicitation. Price *Adherence to the technical characteristics and meeting the special standard is more important than price. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (b) Offerors must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal The following contract clauses apply to this acquisition: 1. 52.252-2 Clauses Incorporated by Reference , (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide (RFO FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-6 ALT I. RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT NOV 2021 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.203-19 PROHIBITION ON REQUIREING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS JAN 2017 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.209-6 PROTECTING GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, PROPOSED FOR DEBARMENT, OR VOLUNTARILY EXCLUDED (DEVIATION NOV 2025) JAN 2025 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS NOV 2015 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (DEVIATION NOV 2025) OCT 2022 52.222-3 CONVICT LABOR JUN 2003 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION NOV 2025) JAN 2025 52.222-35 EQUAL OPPORTUNITIES FOR VETERANS DEVIATION NOV 2025) JUN 2020 52.222-36 EQUAL OPPORTUNIT FOR WORKERS WITH DISABILITIES (DEVIATION NOV 2025) JUN 2020 52.222-37 EMPLOYEMENT REPORTS ON VETERANS (DEVIATION NOV 2025) JUN 2020 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEVIATION NOV 2025) DEC 2010 52.222-50 COMBATING TRAFFICKING IN PERSONS (DEVIATION NOV 2025) NOV 2021 52.225-5 TRADE AGREEMENTS NOV 2023 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (DEVIATION SEP 2025) FEB 2013 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGMENT JUL2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS MAR 2023 52.233-3 PROTEST AFTER AWARD (DEVIATION NOV 2025) AUG 1996 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (DEVIATION NOV 2025) OCT 2004 52.240-91 SECURITY PROHIBITIONS AND EXCLUSIONS NOV 2025 52.244-6 SUBCONTRACTS FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION OCT 2025) JAN 2025 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION SEP 2018 852.233-71 ALTERNATE PROTEST PROCEDURE SEP 2018 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER OCT 2020 2. VAAR 852.212-71 Gray Market and Counterfeit Items , (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/ parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) 3. VAAR 852.246-71 Rejected Goods , (OCT 2018) (a)� Supplies and equipment.� Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense.� Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b)� Perishable supplies.� The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection.� Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities.� Supplies not removed within the allowed time may be destroyed.� The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected.� The Contractor will be liable for costs incident to examination of rejected products. (End of clause) All quoters shall submit the following: Quotes should be emailed to Tracy.Heath@va.gov and received no later than February 10, 2026, 15:00 PT. Quotes may be submitted on this document or the vendors own form and must include the completed Trade Agreements Certificate 52.225-6, and if not the manufacturer, provide an authorized distributor letter. Any offer that does not provide supporting documentation may be considered non-responsive. Required Supporting Documentation: Trade Agreement Certificate (inserted above 3. 52.225-6) Authorized distributor letter if not the manufacturer Enough documentation that demonstrates product meets/exceeds the required salient characteristics of the desired brand above. Quote that includes the delivery date for which the product can be delivered. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Tracy Heath Contracting Specialist 253-888-4903 Tracy.heath@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/83d1240e2d004653a6afb9fdc58ac8b0/view)
 
Place of Performance
Address: Department of Veterans Affairs Boise VA Medical Center 500 W. Fort St., Boise, ID 83702, USA
Zip Code: 83702
Country: USA
 
Record
SN07698244-F 20260129/260127230038 (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!  © 1994-2026, Loren Data Corp.