Hillrom Progressa+ ICU Beds and Accessories for Naval Medical Center Portsmouth
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 Defense Health Agency (DHA) is soliciting proposals for Hillrom Progressa+ ICU Beds and accessories for Naval Medical Center Portsmouth, VA. This is a brand-name requirement for specific equipment. The acquisition is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due May 12, 2026.
Scope of Work
This solicitation is for the procurement of three (3) Hillrom Progressa+ ICU Beds and associated accessories. The requirement is strictly brand-name, specifying numerous line items (CLINs 0001-0014) for various bed frames, microclimate management surfaces, rotation features, percussion & vibration features, chair egress positions, patient migration management, nurse call/TV/lighting integration, Intellidrive casters, permanent IV poles, alternating low pressure modes, and powered air upgrades. Each item has specific manufacturer part numbers and includes options such as 36" frame width, English language labels, specific voltage, accessory outlets, in-bed scales, and Wi-Fi modules. Only new products will be accepted.
Contract & Timeline
- Contract Type: Solicitation, implied Firm Fixed Price (based on CLIN pricing structure).
- Acquisition Method: Simplified Acquisition Procedures (FAR Part 13.106-1(b)), not exceeding $350,000.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Period of Performance: Delivery is required on or before September 30, 2026.
- Response Due: May 12, 2026, at 05:00 PM local time.
- Published Date: May 7, 2026.
Submission & Evaluation
Proposals must be submitted using the attached SF1449 form, with prices provided on the Contract Line Item Numbers (CLINs) starting on page 3. Offerors must complete blocks 17a and 30a-c on page 1, and vendor information on page 14. Cursive font signatures are not accepted; digital certification or print/sign/scan is required. Shipping and handling costs must be included in the total quote. Award will be made to the offeror with the lowest evaluated price among proposals meeting or exceeding acceptability standards for non-cost factors. Offerors must complete all required license agreements, EULAs, and Terms of Service.
Additional Notes
The North American Industry Classification Standard (NAICS) code is 339113, with a size standard of 800 employees. The solicitation incorporates FAR 52.212-1, 52.212-4, and 52.212-5 by reference, with FAR 52.212-3 attached. Payment requests and receiving reports will be submitted via Wide Area WorkFlow (WAWF). Offerors are cautioned against including unacceptable terms and conditions.