6530--BNOE ICU HOSPITAL BEDS
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 Boise VA Medical Center, is seeking quotes for Brand Name or Equal (BNOE) ICU Hospital Beds via an unrestricted Request for Quote (RFQ). This procurement aims to acquire Baxter Progressa+ ICU Beds or equivalent, with specific salient characteristics. Quotes are due by February 10, 2026, at 15:00 PT.
Scope of Work
The requirement is for a total of 14 ICU hospital beds:
- 12 units of BNOE Baxter Progressa+ ICU Bed (36” Frame width, PN P7501A000032)
- 2 units of BNOE Baxter Progressa+ ICU Bed (40” Frame width, PN P7501A000033)
All beds must meet detailed salient characteristics, including an in-bed scale, foot-of-bed egress, chest physiotherapy, 5th wheel electric drive, permanent IV pole, compatibility with patient helpers, integrated oxygen holder, hands-free emergency CPR/Trenelenburg, 500lbs weight capacity, Percussion & Vibration option, Nurse call, Universal TV & Lighting, Intellidrive with 6 casters, Wi-Fi Module, and X-Ray Sleeve.
Contract Details
- Contract Type: Firm-Fixed Price Supply Order
- Solicitation Number: 36C26026Q0249
- NAICS Code: 339113 (Small Business Size Standard: 800 employees)
- PSC Code: 6530 (Hospital Furniture, Equipment, Utensils, And Supplies)
- Set-Aside: Unrestricted
- Place of Performance/Delivery: Boise VA Medical Center, 500 W. Fort St., Boise, ID 83702-5526, USA.
- Delivery: FOB Destination, no later than 180 days after receipt of order (ARO).
- Trade Agreements: One or more items are subject to the WTO Government Procurement Agreement and Free Trade Agreements. Offers of U.S.-made or designated country end products will be evaluated preferentially.
Submission & Evaluation
- Response Deadline: February 10, 2026, 15:00 Pacific Time.
- Submission Method: Email quotes to Tracy.Heath@va.gov.
- Evaluation Criteria: Offers will be evaluated based on adherence to technical characteristics and meeting special standards of responsibility, which are more important than price. The Government will award to the most advantageous offer.
- Special Standard of Responsibility (SP1): Offerors must be a manufacturer or an authorized provider. A letter from the manufacturer is required if the offeror is not the manufacturer.
- Required Documentation:
- Completed Trade Agreements Certificate (FAR 52.225-6).
- Authorized distributor letter (if not the manufacturer).
- Documentation demonstrating product meets/exceeds salient characteristics.
- Quote including the delivery date.
- Statement accepting solicitation terms and conditions or listing exceptions.
- Important Notes: No used, refurbished, remanufactured, gray market, or counterfeit items are permitted. Vendors must be an OEM, authorized dealer, distributor, or reseller. Offerors must be registered in SAM.gov.