6515--Coatesville SPHM Equipment Replacement
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 Department of Veterans Affairs (VA), specifically the Coatesville VA Medical Center, is conducting a Sources Sought for market research purposes. The VA is seeking information on potential sources for brand-name only powered floor-based patient lifts, including Sara Flex and Maxi Move models, for use at the Coatesville, PA facility. This is not a solicitation, and responses will inform future acquisition planning. Responses are due by February 2, 2026, at 4:30 PM EST.
Scope of Work
The VA requires specific quantities of powered floor-based patient lifts for patient procedures such as transfers (bed to chair, chair to bed, to/from toilet) and fall recovery. The requested items are:
- Sara Flex w/ Scale: 2 units
- Sara Flex w/o Scale: 1 unit
- Maxi Move w/ Scale, Extra Low Castor, Medium Powered DPS: 2 units
- Maxi Move w/o Scale, Extra Low Height Castor, Medium Powered DPS: 2 units Vendors must demonstrate their ability to meet the salient characteristics for these brand-name items or provide information on equivalent solutions.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- NAICS Code: 339112 (Medical and Surgical Instruments, Equipment, and Supplies) with a 1000-employee size standard.
- Response Due: February 2, 2026, 4:30 PM EST
- Published: January 22, 2026
Submission Requirements
Interested parties must submit a capability statement (maximum 10 pages) via email to Doretha.Jordan@va.gov. The response should include:
- Company name, address, point of contact, phone, email, UEI, and CAGE Code.
- Business size status (e.g., SDVOSB, VOSB, Large Business) under NAICS 339112.
- Confirmation of whether the company is a manufacturer, distributor, or offers an equivalent solution.
- Information regarding compliance with the non-manufacturer rule, if applicable.
- Details on FSS/GSA contracts or other federal contracts, if held.
- General pricing for market research purposes.
- Feedback on salient characteristics/statement of work.
- Certification/evidence of authorized distributorship from the Original Equipment Manufacturer (OEM).
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or an obligation for the Government to acquire any products. No contract will be awarded based on responses to this notice, and respondents will not be reimbursed for costs incurred. All questions must be directed to the Contracting Specialist, Doretha Jordan, at Doretha.Jordan@va.gov.