SOURCES SOUGHT
65 -- Actionable - West (660) NEW EQUIPMENT | Bariatric Patient Bed | NURSING | FSS Available | 660-26-2-984-0037 (VA-26-00046577)
- Notice Date
- 3/16/2026 9:15:15 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0336
- Response Due
- 3/25/2026 9:00:00 AM
- Archive Date
- 04/24/2026
- Point of Contact
- Charles Morton, Contract Specialist, Phone: 307-433-3739
- E-Mail Address
-
Charles.Morton@va.gov
(Charles.Morton@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Bariatric Patient Bed Salt Lake City (VAHCS), Utah BRIEF SCOPE OF WORK (This is for information Only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. Technical Requirements:� Weight Capacity & Size:� Must have capacity of 1,102 lbs (500kg), with adjustable/expandable surface/bed/ deck widths for patient care/comfort versatility. Fall Prevention Technology:� Integrated bed alarms aka, patient movement/ bed exit awareness alerts, low height features (of 12"" or lower), and 360° lights/lighting/visibility features for safe operations in changing and low light environments. Mobility Functionality:� Multiple options for patient adjustment settings, cardiac chair position, and patient controls. Care Support/Staff/Nursing/Caregiver Features:� One-touch siderails, universal brakes, digital head of bed, and lockout features. The product will be delivered to the following location: Salt Lake City VAHCS 500 Foothill Dr. Bldg. 18 Salt Lake City, UT 84148 Please communicate via e-mail to Charles.Morton@va.gov by 10:00 MST on March 25, 2026 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 339113 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): Estimated lead time: Where are the products manufactured/COO: Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/97dc2d9deac240ae89b8506bc090b192/view)
- Place of Performance
- Address: Department of Veteran's Affairs Salt Lake City VAHSC 500 Foothill Drive, Building 18, Salt Lake City, UT 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN07746925-F 20260318/260316230047 (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 |