6350--NURSE CALL SYSTEM FOR DC VAMC. "BRAND NAME OR EQUAL TO IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Veterans Affairs (VA), specifically the Network Contract Office 5 (36C245), has issued a Request for Information (RFI) for market research purposes. This RFI seeks capable sources for a Nurse Call System Replacement for the Washington DC VA Medical Center's 3DE Mental Health Ward. The VA is gathering information to determine the acquisition strategy, including potential small business set-asides. Responses are due by April 16, 2026, at 3:00 PM EST.
Scope of Work
The project involves replacing and expanding the existing, partially non-functional Nurse Call System in the 3DE wing. The new system will not integrate with the facility's current system. Key requirements include:
- Equipment: 19 Call Buttons, 3 Panels, 1 Dome Light.
- Features: Must meet VHA Mental Health Facilities Design Guide and MHEOCC requirements. Call buttons must be waterproof with gaskets. Dome lights and panels must be flush trim with tamper-resistant screws. All hardware must be anti-ligature.
- Installation: Includes rough-ins, patching walls/ceilings, pulling cables, and sealing hardware. Existing nurse call cables and equipment must be removed.
- Training: Contractor must provide training to clinical staff/users.
- Delivery: Within 90 days of contract award to the Washington DC VA Medical Center warehouse.
Contract & Timeline
- Type: Sources Sought (RFI) for market research; intent to award a Firm-Fixed Price (FFP) contract.
- Set-Aside: Market research will determine if a Small Business Set-Aside is appropriate.
- Response Due: April 16, 2026, 3:00 PM EST
- Published: April 9, 2026
- Place of Performance: Washington DC VA Medical Center, 50 Irving Street, N.W. Washington D.C. 20422.
Key Requirements for Response
Respondents must:
- Provide an OEM Distributor/Authorization Letter from the manufacturer (if not the manufacturer).
- Complete the Buy American Certificate (FAR 52.225-2).
- Answer all 14 mandatory questions detailed in the RFI, covering business size, manufacturer status, FSS/GSA contracts, pricing, and contact information.
- Be registered in SAM.gov and complete ORCA.
- SDVOSB and VOSB firms must be verified on the SBA Website.
Evaluation Factors
Responses will be evaluated based on required features, OEM authorization, past performance (three references), delivery lead times, Buy American Certificate completion, FAR compliance, and price.
Submission Details
Responses must be submitted via email to Mohsin.Abbas2@va.gov. Telephone responses will not be accepted.