Opportunity

SAM #36C26226Q0650

VA Long Beach Healthcare System Seeks Computer on Wheel Carts (Howard Medical HI-Care E or Equivalent)

Buyer

VA 262 Network Contract Office 22

Posted

April 15, 2026

Respond By

April 23, 2026

Identifier

36C26226Q0650

NAICS

423450, 541519

The Department of Veterans Affairs, Network Contracting Office 22, is seeking information from vendors for the planned purchase of Computer on Wheel (COW) carts for the VA Long Beach Healthcare System's Food & Nutrition services. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22, VA Long Beach Healthcare System - OEMs and Vendors: - Howard Medical (OEM specified for HI-Care E Cart) - Equivalent products from other OEMs are permitted if all requirements are met - Products/Services Requested: - Six (6) Computer on Wheel (COW) carts - Howard Medical HI-Care E Cart (Part# 1622668) or equivalent - Must include: web-based power and medication management tools, monitor, keyboard, mouse, motorized height adjustment, locking casters, privacy filter, ergonomic push handles, slide-out keyboard tray - Minimum 3-year warranty required - Unique or Notable Requirements: - Brand name or equal (substitutes must meet all salient characteristics) - Vendors must be OEMs or authorized dealers/distributors/resellers (authorization letter required) - No remanufactured or gray market items accepted - All shipping/delivery costs must be included - Delivery to VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA - Place of Performance: - VA Long Beach Healthcare System, Long Beach, CA

Description

Request for Information (RFI) / Sources Sought Notice This request for information (RFI) / Sources Sought Notice is issued 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 / RFI Description This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this notice is to gather information about potential qualified sources and their size classification relative to NAICS 541519 (size standard of 150 Employees). Responses will be used by the Government to make appropriate acquisition decisions. After review of responses, further RFIs and/or a solicitation or other announcements may be published. Statement of Work Introduction: The VA Long Beach Healthcare System has a requirement to purchase six (6) Computer on Wheel (COW) carts equivalent to Howard Medicare HI-Care E Cart Part# 1622668 for Food & Nutrition services. This requirement supports a brand name or equal requirement. Deliverables Line Item Description Qty UOM 0001 Howard Medical HI-Care E Cart 1622668 or equivalent Computer on Wheel (COW) Cart 6 EA Requirements VAAR 852.212-71 Gray Market and Counterfeit Items applies to this acquisition. No remanufacturers or gray market items will be acceptable. Vendors shall be Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller verified by an authorization letter or other documents from the OEM signed. The letter must specify the product(s) quoted or state that the quoter is an authorized distributor for all the manufacturer’s products. This letter must be on the manufacturer’s letterhead and contain the signature of an authorized official. Note: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal, a description of the salient characteristics is outlined below. It is the offeror's responsibility to demonstrate that their offer meets the salient physical and functional characteristics included in this solicitation. If the offer does NOT demonstrate this, the offer will be considered non-responsive. Interested parties bear full responsibility to ensure their submission demonstrates to the government that they can satisfy the requirement by providing the brand name or equal to the supplies being requested. Salient Characteristics: Must come with power manager, a web-based tool to monitor and manage the cart remotely. Must come with power display, a web-based tool to run on the local computer device on each cart, providing access to power supply data and communication to the power manager. Must come with Med Manager, a web-based tool for remote management of cart settings and med drawer access permissions. Must come with Med Display, a Windows application that runs on local computing devices on each cart, providing direct access to local med drawer cabinets, cart settings, audit records, and drawer calibration. Must have a central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. Must come with a monitor, keyboard, and mouse for each cart. The monitor mount must tilt and swivel, supporting vertical and horizontal orientations. Must have two locking casters on the front. Must feature motorized, height-adjustable mechanisms for both the monitor and the worksurface. Must be rechargeable. Must have ergonomic adjustable push handles on the front of the cart. Must have a slide-out keyboard tray. Must provide a mouse surface and mouse pouch that can be positioned on either side of the keyboard. Must come with a minimum 8ft power cord with hospital-grade AC plug. Must have a mount for PIV (Personal Identification Verification). Monitor must come with a privacy filter. Must come with a minimum 3-year standard warranty at no additional cost to the Government. Must be shipped fully assembled or offer assembly upon delivery at no additional cost to the Government. Delivery Place of performance: VA Long Beach Healthcare System 5901 East 7th Street Building 149 Long Beach, CA 90822 Delivery terms are freight on board (FOB) destination. All shipping costs must be included in the unit cost. The contractor must define the need for a staging area if needed. Delivery shall occur during normal business hours: 0800 – 1500 (8am to 3pm Pacific local time), Monday through Friday, excluding federal holidays. Delivery trucks will not remain at the loading dock; they must be unloaded, moved from the dock, and returned if necessary. Labeling of deliverables must include the VA contract number and purchase order number for identification upon receipt. The list of draft characteristics is descriptive, not restrictive. If your company is interested and capable of providing the required supplies/services, please provide the following information: Capabilities statement demonstrating how your organization can/cannot meet the SOW requirements, including explanations for any limitations. Feedback or suggestions on the SOW requirements, or N/A if none. Business size status and representations (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business). Indicate if your company is considered small under the NAICS code. Confirm if your company is the manufacturer, authorized distributor, or can provide a solution to the supplies/services. If a large business, provide information about any authorized distributors. If a small business authorized distributor/reseller, specify any alterations, assembly, or modifications. Describe how your business ensures compliance with limitations on subcontracting. Indicate if the items are considered Commercial Off-The-Shelf (COTS) as defined in FAR Part 2.101. Confirm if your business complies with the Non-Manufacturer Rule. State whether your product conforms to the Buy American Act. Provide lead time for delivery of a single unit and any scale in lead time for larger quantities. Estimate the lifespan of your solution and the support/services entailed. Specify if your equipment has FDA clearance and which clearances have been obtained. Indicate if your organization offers leasing solutions. Provide any Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or other Federal contract numbers. State if all items/solutions are available on your schedule/contract. Provide general pricing information for market research purposes. Include your SAM.gov Unique Entity ID/Cage Code number. Responses should be submitted via email to Hestia.Sim@va.gov. Responses are due by Thursday, April 23, 2026, at 10AM Pacific Time. Telephone responses are not accepted. All responses are for planning purposes only and do not constitute a request to be added to a bidders list or to receive the solicitation. Further RFIs or solicitations will be posted separately, and interested parties must respond accordingly.

View original listing