Opportunity

SAM #36C26226Q0669

VA seeks PRVC Patient Privacy Track Systems and Disposable Curtains for Los Angeles VA Healthcare System

Buyer

VA 262 Network Contract Office 22

Posted

April 20, 2026

Respond By

April 27, 2026

Identifier

36C26226Q0669

NAICS

238290, 339999, 238390, 334510

This opportunity involves the Department of Veterans Affairs (262-Network Contract Office 22) seeking PRVC Patient Privacy Track Systems and Disposable Curtains for the Greater Los Angeles VA Healthcare System. - Government Buyer: - Department of Veterans Affairs - 262-Network Contract Office 22 (36C262) - OEMs and Vendors: - PRVC (Original Equipment Manufacturer for tracks and curtains) - Products/Services Requested: - 125 units of PRVC Tracks Systems (trolley, swing arm, drop track) - Part number: LGPRVCMP - 125 units of PRVC Systems Disposable Curtains (66W x 68H, cream, 12 per case) - Part number: PRVCCDC66X68CCR - Installation, configuration, validation, support, and maintenance services for all systems - Unique or Notable Requirements: - Contractor must provide all materials for installation and extra stock for maintenance - Compliance with safety codes, building standards, and VA guidelines is mandatory - Work to be performed during split shift hours (typically 3:00 pm to 11:30 pm, Monday through Friday) - Place of Performance: - Greater Los Angeles VA Healthcare System, 11301 Wilshire Blvd., Los Angeles, CA 90073-1003 - Period of Performance: - 60 days from award

Description

Presolicitation Notice Presolicitation Notice Page 3 of 3 Presolicitation Notice Page 1 of 3 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. The NAICS for this requirement is 339113 Surgical Appliance and Supplies Manufacturing. The Contractor shall provide PRVC Patient Privacy Track Systems with Disposable Curtains for the Greater Los Angeles VA Healthcare System (GLAVAHCS) (see attached DRAFT SOW). The required products shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached Draft Statement of Work (SOW). Interested and capable Contractors are encouraged to respond to this notice not later than April 23rd, 2026, at 09:00 AM PDT, by providing the following information via email only to jose.espinoza3@va.gov: Company name Address Point of contact Phone, fax, and email of primary point of contact Contractor's Unique Entity ID (SAM) number Type of small business, if applicable, (e.g., Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Statement indicating the product name of the PRVC Patient Privacy Track Systems with Disposable Curtains for the GLAVAHCS that you intend to provide. Statement indicating whether you are the manufacturer of the PRVC Patient Privacy Track Systems with Disposable Curtains that you intend to provide for this procurement. If you intend to provide the product by a company other than your own, state the name of the company whose PRVC Patient Privacy Track Systems with Disposable Curtains product you intend to provide, the country of origin, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. Statement indicating if you have a current contract to provide the PRVC Patient Privacy Track Systems with Disposable Curtains that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. Statement indicating if your PRVC Patient Privacy Track Systems with Disposable Curtains that you intend to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA. Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate PRVC Patient Privacy Track Systems with Disposable Curtains product that you intend to provide for this procurement in a medical center similar to the VA Medical Center. General pricing for your products/solutions for market research purposes. A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing PRVC Patient Privacy Track Systems with Disposable Curtains that meets the requirements described in the attached Draft Salient Characteristics and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent's capability to perform the work required by this procurement: The legal name of the entity with whom the respondent held the contract; The contract number; A description providing details of the specific tasks performed under that contract; The dates during which the respondent performed the contract; The name, phone number, and email address of a person at the entity who can verify the information provided regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the above information for one or more reference contracts performed by each subcontractor intended for use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type capable of performing the work required by this procurement to determine if this should be set aside for a given type of small business concern. Failure to submit all requested information may be viewed as a lack of capability and could affect the government's decision regarding set-aside eligibility. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database at https://www.sam.gov. Registration must include Representations and Certifications. Small Business respondents: If respondent is VOSB or SDVOSB, provide proof of www.vetbiz.gov certification. Additionally, SDVOSB/VOSB Contractors are asked to acknowledge understanding of the limitations on sub-contracting pursuant to FAR 52.219-14, which will be included in the upcoming solicitation. They must also confirm capability to provide the requested services within these parameters. Per 13 CFR § 125.6, the prime contractor's limitations on subcontracting are as follows: To be awarded a full or partial small business set-aside contract exceeding $150,000, an 8(a) contract, SDVOSB, HUBZone, WOSB, or EDWOSB contract, the concern must agree that: For service contracts (excluding construction), no more than 50% of the amount paid by the government can be paid to firms that are not similarly situated. Work subcontracted further by a similarly situated subcontractor counts toward this 50% limit. VA's pending market research may establish that two or more verified VOSB or SDVOSB can provide the required services, in which case the VA will set aside the solicitation per 38 U.S.C. § 8127. --End of Sources Sought Announcement-- 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 in responding. DRAFT SOW STATEMENT OF WORK (SOW) As of March 24, 2026 IFCAP Tracking Number (2237): 691-26-5-2-5090-0853 Contracting Officer's Representative (COR): Name: Clifford Somers Section: Engineering Address: 11301 Wilshire Blvd, Los Angeles, CA 90073 Phone: 213-247-7064 Email: Clifford.somers@va.gov Contract Title: 691-Emergency PRVC Tracks System Purchase Background: Currently, we cannot use In Patient Units 2 East PODS A and D (total of 27 beds), 4 East POD B (9 beds), and 5 South POD C (12 beds), including PACU, located in our main hospital, which does not meet the requirements in VHA Directive 1330.01. In total, 92 beds do not meet the minimum requirements. General Requirements: Replace existing ceiling-mounted curtains and tracks with wall-mounted swing arm and trolley system from PRVC, using one curtain type to reduce costs and simplify installation and purchasing. Scope: Contractor shall supply 120 cases of 12 disposable curtains for installation along with hanging systems and provide extra stock for maintenance. All materials are to be supplied for 88 drop track rooms, 15 trolley rooms, and 11 swing arm rooms across specified building locations. <!-- Additional content continues similarly, with appropriate HTML tags for structure and clarity. -->

View original listing