Opportunity

SAM #36C25926Q0381

VA Solicitation for Medical-Surgical Mattresses – Rocky Mountain Regional VA Medical Center

Buyer

VHA Network Contracting Office 19

Posted

April 02, 2026

Respond By

April 08, 2026

Identifier

36C25926Q0381

NAICS

337910

This procurement seeks new mattresses for the Department of Veterans Affairs Eastern Colorado Health Care System at the Rocky Mountain Regional VA Medical Center in Aurora, CO. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 19 (NCO 19), Rocky Mountain Regional VAMC - Products Requested: - 30 medical-surgical mattresses, 36x80 inches, without zippers - Key features: - Weight capacity up to 350 pounds - Pressure ulcer prevention design - Zoned layers or channels for weight redistribution - Envy 4-way stretch top cover - Non-skid polyurethane bottom - Halogen-free fire barrier - Pressure mapping with 12 chambers - Requirements: - Mattresses must meet all listed technical specifications; no specific OEM or manufacturer is named - Delivery required within 30 days of contract award - Operation and maintenance manuals (2 binders and 1 digital copy) must be provided - All manufacturer warranties must be included - Delivery to be coordinated with on-site point of contact at the Aurora facility - Set Aside: - Small Business set-aside under NAICS 337910 (Mattress Manufacturing) - Place of Performance: - Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling St, Aurora, CO 80045

Description

Request for Quote (RFQ) #: 36C25926Q0381 New Mattresses for Eastern Colorado Healthcare System (ECHCS) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Deadline for all questions: 12:00pm MST April 6, 2026. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes are to be provided to: Christopher.hollingsworth2@va.gov no later than 16:00pm MST, April 8, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitting quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated; failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0381. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 effective March 13, 2026. The North American Industrial Classification System (NAICS) code for this procurement is 337910 - Mattress Manufacturing with a business size standard of 1,000 employees. This solicitation is 100% set-aside for Small Business. List of Line Items Line Item Description Quantity Unit of Measure Unit Price ($) Total Price ($) 0001 Mattress 36x80 w/o zippers 30 EA $ $ Grand Total ($): Description of Requirements for the Items/Services to be Acquired Statement of Work Mattresses Eastern Colorado Health Care System Aurora, CO 2 December 2025 Purpose The purpose of this requirement is to deliver mattresses to the VA Eastern Colorado Health Care System, located at 1700 N. Wheeling Street, Aurora, CO 80045. Scope The Contractor shall deliver all items listed in section 3.1. All items must meet all salient characteristics defined in section 3.1. The Contractor shall furnish all personnel, supplies, and equipment required for delivery. 3. Item Specifications and Salient Characteristics 3.1 Detailed Item Description Example: Mattresses with the specifications below Basis of Design (make/model/Mfr Part No): Mattresses with below specifications Technical Specifications/Salient Characteristics: Mattresses 36x80 w/o zippers Med Surg use Weight capacity up to 350 pounds Width 36 inches Length 80 inches Designed to prevent pressure ulcers Zoned layers or channels to redistribute weight Envy 4 way stretch top cover Non-skid polyurethane bottom cover Halogen free fire barrier Pressure mapping 12 chamber mattress No zippers Delivery 4.1 Delivery Timeframe: within 30 days of award unless specified differently within scope of contract. 4.2 Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer's name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery will be coordinated through the On-Site Point of Contact (POC). POCs for delivery are: Daniel.bakko@va.gov Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 3.1 Digital Copies - Quantity (1) each for items identified in section 3.1. Deliver compilation of all manufacturers recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. Security Requirements Security background checks are not required. Warranty The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. End of Statement of Work Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at the VA Eastern Colorado Health Care System (ECHCS). Department of Veterans Affairs Rocky Mountain Regional VAMC 1700 N. Wheeling St Aurora, CO 80045 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Addendum to RFO 52.212-1 Instructions to Offerors Commercial Submission of quote shall include the following volumes: Technical capability or quality offered to meet the Government requirement; Price; Completion of RFO 25 Provision. Volume I - Technical capability or quality to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Price The offeror shall complete the pricing schedule provided in Section (iv) above: Price/Cost Schedule. Volume III - Completion of RFO 25 Provision The offeror shall complete the provision if required by RFO Part 25. Provision RFO 52.225-2. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. Addendum to RFO 52.212-2 Evaluation Commercial Items The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Technical capability or quality offered to meet the Government requirement Price Completion of RFO 25 Provision Evaluation Approach The Government will 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. The Government will use comparative analysis. The following factors will be used to evaluate offers: Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line-item prices. The Government may use various price analysis techniques and procedures to make price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Completion of RFO 25 Provision: The Government will evaluate the responses an offeror makes to Attachment - RFO 52.225-2, for completeness. The Government will evaluate quotes of foreign and domestic offers IAW RFO Part 25. The offeror will complete the provision if required IAW RFO 25. RFO 52.225-2. If offeror does not provide all volumes as outlined in RFO 52.212-1 Instructions, the offer may be considered non-responsive. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable (X) Number Title Source 52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute 52.203-13Contractor Code of Business Ethics and ConductStatute X52.203-17Contractor Employee Whistleblower RightsStatute 52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute 52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute 52.204-91Contractor identificationOther 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute 52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute X52.219-6Notice of Total Small Business Set-AsideStatute 52.219-6 with Alt INotice of Total Small Business Set-Aside, with Alternate IStatute 52.219-8Utilization of Small Business ConcernsStatute 52.219-9Small Business Subcontracting PlanStatute 52.219-9 with Alt ISmall Business Subcontracting Plan, with Alternate IStatute 52.219-9 with Alt IISmall Business Subcontracting Plan, with Alternate IIStatute 52.219-9 with Alt IIISmall Business Subcontracting Plan, with Alternate IIIStatute 52.219-9 with Alt IVSmall Business Subcontracting Plan, with Alternate IVStatute 52.219-14Limitations on SubcontractingStatute 52.219-16Liquidated Damages Subcontracting PlanStatute 52.219-33Nonmanufacturer RuleStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO 52.222-35Equal Opportunity for VeteransStatute 52.222-35 with Alt IEqual Opportunity for Veterans, with Alternate IStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute 52.222-36 with Alt IEqual Opportunity for Workers with Disabilities, with Alternate IStatute 52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO 52.222-41Service Contract Labor StandardsStatute 52.222-42Statement of Equivalent Rates for Federal HiresStatute 52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute 52.222-44Fair Labor Standards Act and Service Contract Labor Standards-Price AdjustmentStatute X52.222-50Combating Trafficking in PersonsStatute 52.222-50 with Alt ICombating Trafficking in Persons, with its Alternate IStatute 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment RequirementsOther 52.222-53Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services RequirementsOther 52.222-54Employment Eligibility VerificationEO 52.222-62Paid Sick Leave Under Executive Order 13706EO 52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute 52.223-9 with Alt IEstimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate IStatute 52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute 52.223-12MaintenanceStatute 52.223-20AerosolsStatute X52.223-21FoamsStatute 52.223-23Sustainable Products and ServicesStatute 52.224-3Privacy TrainingStatute 52.224-3 with Alt IPrivacy Training, with Alternate IStatute 52.225-1Buy American-SuppliesStatute X52.225-1 with Alt IBuy American-Supplies, with Alternate IStatute 52.225-3Buy American-Free Trade Agreements-Israeli Trade ActStatute 52.225-3 with Alt IIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIStatute 52.225-3 with Alt IIIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIIStatute 52.225-3 with Alt IVBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IVStatute 52.225-5Trade AgreementsStatute 52.225-19Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United StatesOther 52.225-26Contractors Performing Private Security Functions Outside the United StatesStatute 52.226-4Notice of Disaster or Emergency Area Set-AsideStatute 52.226-5Restrictions on Subcontracting Outside Disaster or Emergency AreaStatute X52.226-8Encouraging Contractor Policies to Ban Text Messaging While DrivingEO 52.229-12Tax on Certain Foreign ProcurementsStatute X52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute 52.232-30Installment Payments of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute 52.232-34Payment by Electronic Funds Transfer Other than System for Award ManagementStatute 52.232-36Payment by Third PartyStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute 52.232-90Fast Payment ProcedureStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute 52.240-91Security Prohibitions and ExclusionsStatute 52.240-91 with Alt ISecurity Prohibitions and Exclusions, with Alternate IStatute 52.240-92Security RequirementsOther 52.240-92 with Alt IISecurity Requirements with Alternate IIOther 52.240-93Basic Safeguarding of Covered Contractor Information SystemsStatute X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute 52.247-64Preference for Privately Owned U.S.-Flag Commercial VesselsStatute 52.247-64 with Alt IPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IStatute 52.247-64 with Alt IIPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IIStatute Additional Contract Requirements or Terms and Conditions 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. (JAN 2023) (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows: VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable (X) Number Title Source 52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsStatute 52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-RepresentationStatute X52.204-7System for Award Management RegistrationStatute 52.204-7 with Alt ISystem for Award Management Registration, with Alternate IStatute 52.204-90Offeror IdentificationStatute 52.207-6Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)Statute 52.209-12Certification Regarding Tax MattersStatute 52.219-2Equal Low BidsStatute 52.222-18Certification Regarding Knowledge of Child Labor for Listed End ProductsE.O. 52.222-48Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment CertificationOther 52.222-52Exemption from Application of the Service Contract Labor Standards for Certain Services-CertificationOther 52.222-56Certification Regarding Trafficking in Persons Compliance PlanStatute 52.223-4Recovered Material CertificationStatute X52.225-2Buy American CertificateStatute 52.225-4Buy American-Free Trade Agreements-Israeli Trade Act CertificateStatute 52.225-6Trade Agreements-CertificateStatute 52.225-20Prohibition on Conducting Restricted Business Operations in Sudan-CertificationStatute 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsStatute 52.226-3Disaster or Emergency Area RepresentationStatute 52.229-11Tax on Certain Foreign Procurements Notice and RepresentationStatute X52.240-90Security Prohibitions and Exclusions Representations and CertificationsStatute The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: to Christopher.hollingsworth2@va.gov by 16:00pm MST, April 8, 2026. Name and email of the individual to contact for information regarding the solicitation: Chris Hollingsworth Christopher.Hollingsworth2@va.gov

View original listing