6515--Mattresses | Phoenix VA Healthcare System
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) is conducting market research through a Request for Information (RFI) / Sources Sought Notice to identify qualified sources capable of providing mattresses for the Phoenix VA Healthcare System. This is for information and planning purposes only and is not a solicitation. Responses are due April 2, 2026.
Scope of Work
The VA is seeking sources for 100 new hospital bed mattresses and at least 25 pumps, including the removal of 50 existing mattresses and installation of new ones. Key mattress specifications include:
- Minimum weight capacity of 500 lbs.
- Therapeutic surface for pressure, shear, and microclimate management.
- Compatibility with current Evacusleds and side rail heights.
- Firm edges, delamination protection, waterproof seams, and latex-free.
- Minimum 40-degree full body turn capability and sensor technology for automatic pressure adjustment.
- Compliance with US flammability standards (16CFR1632, 16CFR1633, CAL TB129, Boston BFD IX-11) and NPIAP Support Surface Standards Initiative (S3I).
- Minimum 5-year warranty for parts and labor (mattresses and pumps). Ancillary requirements include vendor provision of tools, installation, maintenance, training, data on maintenance, pressure ulcer mapping, and removal/disposal of old mattresses.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 337910 (1,000 Employee size standard)
- Response Due: April 2, 2026, by 10:00 AM Mountain Time
- Published: March 26, 2026
Submission & Response Requirements
Interested companies must submit a capabilities statement detailing how they meet the SOW requirements, provide feedback on the SOW, and indicate their business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large). Other requested information includes:
- Manufacturer, authorized distributor, or solution provider status.
- Compliance with Limitations on Subcontracting and the Non-Manufacturer Rule (if applicable).
- Confirmation of Commercial Off-The-Shelf (COTS) items and Buy American Act compliance.
- Lead time, estimated lifespan, and support services.
- FDA clearance for any proposed pharmaceuticals.
- Existing Federal Supply Schedule (FSS) or other Federal Government contract numbers.
- General pricing for market research purposes.
- SAM.gov Unique Entity ID/Cage Code.
- Product manufacturing location and TAA compliance. Responses must be submitted via email to adrienne.brown4@va.gov.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or a request for offers. Responses will be used to make appropriate acquisition decisions and may lead to further sources sought notices or solicitations. Responders are responsible for all associated expenses.