Opportunity
SAM #36C26226Q0510
Sources Sought: Hospital Bed Mattresses and Pumps for Phoenix VA Healthcare System
Buyer
VA 262 Network Contract Office 22
Posted
March 26, 2026
Respond By
April 02, 2026
Identifier
36C26226Q0510
NAICS
337910, 423450, 339113
The Department of Veterans Affairs is conducting market research to identify qualified sources for supplying and installing hospital bed mattresses and pumps at the Phoenix VA Healthcare System. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22, Phoenix VA Healthcare System - Products Requested: - 100 new hospital bed mattresses - Must support up to 500 lbs, feature therapeutic surfaces, sensor technology, waterproof seams, nonskid bottom, be latex free, compatible with Evacusleds, max height 8 inches, meet US flammability standards, and include a 5-year warranty (full or prorated replacement) - At least 25 pumps for the mattresses - Services Requested: - Removal and disposal of 50 existing mattresses (in compliance with VA and local safety requirements) - Installation and implementation of 100 new mattresses (including all tools, documentation, equipment, and training) - Service and maintenance agreement (8am-6pm PST coverage, 24/7 technical and clinical phone support) - Unique/Notable Requirements: - Vendor must provide product manuals and 24/7 support - Warranty and maintenance are critical components - Compliance with US flammability standards and latex-free materials - No specific OEMs or brands are named; the notice is for sources sought and market research only
Description
THIS REQUEST FOR INFORMATION (RFI) /Â SOURCES SOUGHT NOTICE IS ISSUEDÂ SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION.
SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain information about potential qualified sources and their size classification relative to NAICS 337910 (size standard of 1,000 Employees). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, further sources sought notices and/or a solicitation or other announcements may be published.
The Department of Veterans Affairs (VA) is seeking sources capable of providing mattresses in support of VA Phoenix Healthcare System.
The list of characteristics/requirements is intended to be descriptive, not restrictive, of the supplies/services that are required.
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement.
(2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A.
(3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(4) Is your company considered small under the NAICS code identified in this RFI?
(5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW?
(6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available).
(7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified.
(8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6?
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
(10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice?
(11) Please indicate whether your product conforms to the requirements of the Buy American Act?
(12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate.
(13) What is estimated life span of your solution? What support/services does that entail?
(14) Does your proposed pharmaceutical have FDA clearance? Please specify what FDA clearance(s) have been obtained.
(15) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s).
(16) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract.
(17) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(18) Please provide your SAM.gov Unique Entity ID/Cage Code number.
(19) Where is the product manufactured? If it is not manufactured in the United States, does your product meet the requirements for TAA?
Responses to this notice shall be submitted via email to adrienne.brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than April 2, 2026 by 10:00 AM Mountain Time.
All responses to this Sources Sought will be used for planning purposes only. Responses to this Sources Sought Notice are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further Sources Sought and/or a solicitation or other announcement is issued as a result of the information provided from this sources sought, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
Additional Links:Department of Veterans Affairs