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 a Sources Sought / Request for Information (RFI) to identify qualified sources capable of providing mattresses for the Phoenix VA Healthcare System. This RFI is for information and planning purposes only and is not a solicitation. Responses are due by April 2, 2026, at 10:00 AM Mountain Time.
Scope of Work
The VA seeks to procure 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 500 lbs weight capacity with a therapeutic surface for pressure, shear, and microclimate management.
- Breathable, moisture-wicking, heat-neutral cover, compatible with current Evacusleds.
- Maximum height of 8 inches, fitting 84x35 inch bed frames, with firm edges.
- Delamination protection, waterproof seams, deep zipper flap, 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), bleach tolerant cover, and NPIAP Support Surface Standards Initiative (S3I).
- Minimum 5-year warranty for parts and labor (mattresses and pumps).
Ancillary requirements include the vendor providing all necessary tools, documentation, equipment, installation, maintenance, and training. The vendor is also responsible for the removal and disposal of old mattresses, providing maintenance data, pressure ulcer mapping, manuals, and offering a service/maintenance agreement (8 am-6 pm PST coverage) with 24/7 technical/clinical phone support.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Response Due: April 2, 2026, 10:00 AM Mountain Time
- Published: March 26, 2026
- NAICS: 337910 (1,000 Employee size standard)
Submission Requirements
Interested companies should submit a capabilities statement detailing how they meet the SOW requirements, provide feedback on the SOW, indicate business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large), confirm manufacturer/distributor status, and address compliance with the Limitations on Subcontracting and Non-Manufacturer Rule. Further information requested includes COTS status, Buy American Act compliance, lead times, estimated lifespan, FDA clearances (if applicable), existing Federal contract numbers, general pricing (for market research), SAM.gov UEI/Cage Code, and product manufacturing location/TAA compliance.
Responses must be submitted via email to adrienne.brown4@va.gov. Telephone responses will not be accepted.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or a request to be added to a bidders list. Responses are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This RFI may lead to further sources sought notices, solicitations, or other announcements.