Opportunity
SAM #36C24526Q0442
Nurse Call System Replacement for Washington DC VA Medical Center (3DE Wing)
Buyer
VA Network Contracting Office 5
Posted
April 09, 2026
Respond By
April 16, 2026
Identifier
36C24526Q0442
NAICS
334290, 238210, 423450
This opportunity involves the replacement and expansion of the Nurse Call System in the 3DE wing of the Washington DC VA Medical Center's Mental Health Unit. - Government Buyer: - U.S. Department of Veterans Affairs, Network Contract Office 5 - Washington DC VA Medical Center - Products/Services Requested: - Nurse Call System (brand name or equal) - 19 waterproof, anti-ligature call buttons with gasketed backplate - 3 alarm panels, flush trim, tamper-resistant, anti-ligature - 11 dome lights, flush trim, tamper-resistant, anti-ligature (quantity varies between 1 and 11 in documents; 11 is the maximum cited) - Installation and implementation by certified personnel, including removal of old equipment, rough-ins, cable runs, patching, and sealing - Training for clinical staff on operation, maintenance, safety, and troubleshooting - Warranties: Minimum 3 years workmanship, 1 year manufacturer parts - Unique/Notable Requirements: - All equipment must comply with VHA Mental Health Facilities Design Guide and Mental Health Environment of Care Checklist - OEM or OEM-authorized distributor letter required with response - Buy American certification required - All products must be covered by a manufacturer's warranty and sourced through approved distribution channels - Delivery and installation must be completed within 90 days of contract award - Place of Performance/Delivery: - Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20422
Description
Request for Information (RFI) - Overview This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation. Submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and permitted under this RFI in accordance with FAR 15.201(e). Attachment Details Project: Nurse Call System Replacement for Washington DC VAMC Note: Brand Name or Equal to IAW SOW. See details in the Statement of Work (SOW). OEM Authorization: An OEM distributor/authorization letter from the manufacturer is required for all responses. Without this letter, vendors will be considered non-responsive and disqualified when the RFI closes. Certifications: Must complete the Buy American Certificate (FAR 52.225-2). Question Response: Vendors must answer all questions (1-14). Failure to do so will result in disqualification at RFI closure. Project Description The U.S. Department of Veterans Affairs (VA) Medical Center in Washington, DC, requires delivery within 90 days from contract award to the VA medical facility warehouse during normal business hours (8:00 a.m. to 3:30 p.m., Monday through Friday). Delivery Address: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE/ATTN: 50 Irving Street Washington, DC 20422. Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All proprietary information will be handled accordingly. Responses are not offers and cannot be accepted to form a binding contract. Responders are responsible for all expenses incurred. Delivery Requirements Contractor shall deliver the commodities (see attachments) within 90 days or less from the award date, unless directed otherwise by the Contracting Officer (CO). Deliveries are not permitted on federal holidays or weekends unless authorized. Delivery hours are between 8:00 a.m. and 3:30 p.m. during normal business days. Market Research Purpose The VA is conducting market research to identify responsible sources with the necessary skills, experience, and knowledge. This information will inform acquisition strategies and determine if competition or small business set-asides are appropriate. This is solely for market research and does not guarantee a contract. All submissions are voluntary and marked proprietary if applicable. The VA reserves the right to reject any input and is not obligated to notify respondents of the results. Response Submission Responses must be submitted via email to Mohsin.Abbas2@va.gov by Thursday, April 16, 2026, at 3:00 PM (EST). No telephone responses will be accepted. Questions to Address (1-14) Respondents capable of manufacturing the items should provide the following information for review: Business size status and representations (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) Confirmation if your company is considered small under the identified NAICS code Manufacturer or distributor status Manufacturer Name (OEM) & Manufacturer Part Number (MPN) Buy American Certificate completion OEM authorized distributor/reseller letter (if not manufacturer) FSS/GSA contract number and SIN (if applicable) NAC/SAC or SEWP V contract number (if applicable) General pricing information Legal Business/Company Name (as in SAM.gov) Unique Entity ID (UEI) Warranty information Point of Contact: name, phone, email Estimated delivery time frame after award Additional Information The government intends to award a Firm-Fixed Price (FFP) contract. Offerors must be registered in SAM.gov and complete all certifications prior to award. Socio-economic categories (SDVOSB, VOSB) must be verified in the SBA website at https://veterans.certify.sba.gov. Submission Details All responses should be sent via email to Mohsin.Abbas2@va.gov by the specified deadline. Statement of Work (SOW) Summary The VA requires the replacement and expansion of the Nurse Call System in the 3DE wing of the Washington DC VAMC, including installation, testing, training, and documentation, with specific requirements for equipment, delivery, installation, training, inspection, and safety.