6515--GI/Bronch Procedure Chairs
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 James A. Haley Veterans' Hospital (JAHVH) in Tampa, FL, is soliciting proposals for GI/Bronch Procedure Chairs. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside to replace outdated equipment and enhance patient care in Gastroenterology and Bronchoscopy suites. Proposals are due April 20, 2026, at 10:00 AM EST.
Purpose & Scope
JAHVH requires procedure chairs (Brand Name or Equal to Champion T4) for patient transport and medical procedures within its Gastroenterology and Bronchoscopy suites. The purpose is to replace current outdated and malfunctioning chairs, which compromise reliability and efficiency, thereby ensuring continuity of care, patient safety, and operational effectiveness for Veterans. The chairs must support patient comfort and proper positioning for a wide range of diagnostic and therapeutic procedures.
Key Requirements / Deliverables
The vendor shall provide Champion T4 Procedure Chairs (Brand Name or Equal) that meet or exceed all specified physical, functional, and performance requirements. Key characteristics include:
- Physical: Recliner with upright, recline, and lay-flat positions; integrated leg/foot support; specific armrest, seat, and overall dimensions; corrosion-resistant frame; healthcare-grade, non-porous, easy-clean upholstery; non-marring casters with central-lock; and accessory interfaces (IV pole, tray/tablet, oxygen cylinder holder).
- Functional: Smooth position transitions, independent/synchronized leg elevation, emergency lay-flat, accessible controls, flip-up/swing-away arms, and easily cleanable surfaces.
- Performance & Compliance: Static weight capacity of >= 500 lb; frame/recline/caster durability of >= 10,000 cycles; actuation noise <= 50 dBA; upholstery flammability (CAL TB117-2013 or equivalent); electrical compliance (UL 962 or IEC/UL 60601-1 and 60601-1-2); and a minimum 3-year warranty on frame/recline and 1-year on upholstery/electrical components.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Delivery is required no later than July 6, 2026.
- NAICS Code: 339113 (Size Standard: 800 Employees).
- Product Service Code: 6515.
Submission & Evaluation
- Submission Deadline: April 20, 2026, 10:00 AM EST.
- Questions Due: April 15, 2026, 10:00 AM.
- Submission Method: Electronic PDF quote via email to Marcus.Lewis2@va.gov.
- Evaluation Criteria: Comparative evaluation based on Technical Acceptability (conformance to Statement of Need and salient characteristics) and Price. Offers of "equal" products must clearly demonstrate meeting all specified characteristics.
Eligibility / Set-Aside
This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered in the System for Award Management (SAM).
Additional Notes
A letter from the Original Equipment Manufacturer (OEM) confirming the company is a Certified/Registered Distributor and Authorized to provide the OEM products is required.