7195--behavioral health furnishings and millwork
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), Network Contracting Office 5, has issued a Justification and Approval (J&A) for a sole-source purchase order to JPL & ASSOCIATES, LLC, an SDVOSB, for behavioral health furnishings and millwork at the Washington, DC VA Medical Center's inpatient Behavioral Health Unit (3DE). This action, valued at $729,050.95, is justified under the authority of Unusual and Compelling Urgency (FAR 6.302-2 / 41 USC §3304(a)(2)) to address critical safety and compliance deficiencies identified by the OIG.
Scope of Work
The requirement is for a turn-key product to resolve all safety and compliance issues. This includes:
- MHEOC-compliant patient furnishings: Beds, chairs, tables, and storage, capable of being bolted or weighted.
- Millwork: Wall cladding along beds for secure attachment, and molded heater covers with MHEOC-compliant holes (3/16" or less) and access panels. The entire project must be laser-measured, designed, and installed to eliminate ligature points, prevent contraband concealment, minimize gaps, and be cleanable to infection prevention standards. Furnishings must be comfortable, aesthetically pleasing, and provide a calm, secure atmosphere.
Justification & Authority
OIG investigations revealed deficiencies in existing furnishings and radiator covers, leading to potential ligature points, contraband access, infection control risks, and material deterioration. The current waivers are no longer in effect, necessitating an immediate, MHEOC-compliant solution with the shortest possible lead time. Market research indicated limited competition for this specific turn-key solution. The VA also leverages its authority under 38 U.S.C. 8127 for awards to SDVOSBs/VOSBs using restricted competition.
Proposed Contractor & Partners
The proposed sole-source contractor is JPL & ASSOCIATES, LLC, an experienced SDVOSB VHA vendor. They will partner with:
- CORTECH: An American-made, small business specializing in MHEOC-compliant behavioral health furnishings (e.g., Summit Series, Endurance 2.2 bed), known for durability, ligature resistance, and fast turnaround times (4-6 weeks).
- Artisan Display: An American-made VOSB, providing millwork. They utilize 3D-laser measurement for precise fit of 1/2" Corian solid surface wall cladding and MHEOC-compliant heater covers, ensuring minimal gaps and rapid manufacturing due to proximity.
Additional Information
- Set-Aside: This is a sole-source award to an SDVOSB (JPL & ASSOCIATES, LLC) under restricted competition authority.
- Market Research: Conducted by the VA's Subject Matter Expert, involving visual examination of multiple product lines and review of seven manufacturers. An interdisciplinary team selected the current solution.
- Expressed Interest: One source, Pineapple, expressed written interest.
- Future Competition: No actions are planned to remove barriers to competition as this is a one-time purchase.
- Published Date: February 25, 2026.
- Contact: Alison Klein, Contracting Officer, alison.klein@va.gov.