Bakersfield CBOC Activation Stretchers
SOL #: 36C24W26Q0126Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
RPO WEST (36C24W)
MCCLELLAN, CA, 95652, United States
Place of Performance
CA
NAICS
Surgical Appliance and Supplies Manufacturing (339113)
PSC
Medical And Surgical Instruments, Equipment, And Supplies (6515)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Apr 10, 2026
2
Submission Deadline
Apr 21, 2026, 5:00 PM
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), RPO WEST (36C24W), is soliciting quotes for two (2) "Stretcher, Mobile, CRS, 9 Position" electric stretchers for the Bakersfield VA Clinic as part of the Bakersfield Clinic Activation Project. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Total Set-Aside. Quotes are due by April 21, 2026, at 12:00 PM CDT.
Scope of Work
The VA requires the supply and installation of two electric stretchers designed for safe patient transport and treatment. These stretchers must meet specific physical, functional, and performance characteristics, including:
- Electric powered lift with a maximum 700 lb. weight capacity.
- Chaperone bed exit system with a two-zone alarm.
- Large wheels for reduced push force and improved steering.
- Low height capability (less than 21 inches) and a height range of 20.75" to 34".
- Integrated features such as a litter-mounted oxygen bottle holder, four IV receptacles, utility tray, and transfer board.
- Power washable design and a center-locking brake system with dual end activators.
- Capable of ±17° Trendelenburg and recovery chair position.
- Dimensions: 35"D x 85"W x 33"H.
- Required accessories include an iDrive Power Drive System, foldable foot-end push handles, a 30" accessory tray, a 5" mattress with fire barrier, and a vertical O2 tank holder.
Contract Details
- Contract Type: Solicitation (Request for Quote - RFQ).
- Set-Aside: Total Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- NAICS Code: 339113 (Surgical Appliance and Supplies Manufacturing) with a size standard of 800 employees.
- Place of Performance: Bakersfield, CA 93308. Delivery and installation are required at Hansen’s Moving and Storage, Inc., 3501 N. Sillect Ave. Bakersfield, CA 93308.
- Period of Performance: Delivery and installation are expected by August 1, 2026.
- Warranty: Standard manufacturer industry warranty term is required.
Submission & Evaluation
- Offer Due Date: April 21, 2026, at 12:00 PM CDT.
- Questions Due Date: April 21, 2026, at 12:00 PM Central Time.
- Submission Method: Electronic quotes must be emailed to Latisha Baker at latisha.baker@va.gov.
- Questions Contact: Questions should be submitted to Jennifer Sarraga at jennifer.sarraga@va.gov.
- Evaluation Factors: Proposals will be evaluated based on Technical or Quality, Veterans Involvement, and Price.
- Required Documents: Offerors must provide an Authorized Distributor Letter (if not the manufacturer), a memo supporting the Buy American Act, and complete manufacturer's product specifications.
- Eligibility: Offerors must be registered in SAM and meet all SDVOSB requirements. Contractor personnel requiring access to VA computer systems must undergo a background investigation.
People
Points of Contact
Latisha BakerPRIMARY
Jennifer SarragaSECONDARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Apr 10, 2026