J065--On-site Bed Management

SOL #: 36C26226Q0335Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
262-NETWORK CONTRACT OFFICE 22 (36C262)
Gilbert, AZ, 85297, United States

Place of Performance

Los Angeles

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 23, 2026, 6:00 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 VA Greater Los Angeles Healthcare System is seeking a contractor to provide an On-site Bed and Equipment Management program. This Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity is a Request for Quotes (RFQ) for a Firm Fixed Price contract. The primary goal is to manage specialty medical equipment to reduce rental spending and ensure equipment readiness. Quotes are due by February 23, 2026, 10:00 AM PST.

Scope of Work

The contractor will be responsible for comprehensive management of specialty beds, mattresses, gurneys, wheelchairs, video monitor systems, infusion pumps, and feeding pumps. Key tasks include:

  • 24/7 Equipment Provision & Management: Providing, monitoring, and maintaining all specified equipment.
  • Equipment Tracking & Processing: Implementing an equipment tracking system, managing pickup and processing (including cleaning and inspection between patient use), and performing daily tracking rounds.
  • Patient-Ready Delivery: Ensuring equipment is thoroughly cleaned and checked for basic operational functionality before delivery.
  • Auditing & Compliance: Conducting annual mattress audits and adhering to HIPAA guidelines.

Contract & Timeline

  • Solicitation Type: Request for Quotes (RFQ) - 36C26226Q0335
  • Contract Type: Firm Fixed Price (FFP)
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 339113 - Surgical Appliance and Supplies Manufacturing (Size Standard: 800 employees)
  • Period of Performance: 6 months base period with a 6-month option
  • Questions Due: February 11, 2026, 2:00 PM PST
  • Quotes Due: February 23, 2026, 10:00 AM PST
  • Published Date: February 6, 2026

Submission Requirements

Offerors must submit quotes via email to ositadima.ndubizu@va.gov. The submission must include:

  • Enclosure 1 Form: Completed with company information (including UEI), quote, acknowledgment of amendments, concurrence/non-concurrence with terms, schedule of services, FAR 52.212-3, and VAAR 852.219-75.
  • Separate Attachments: Capabilities statement/experience and any certifications/training.

Special Standards of Responsibility

  • ISO 13485:2016 Certificate: Evidence of certification from the International Organization for Standardization is required.
  • Specialized Experience: Provide 3 references from VA Medical facilities or other government/commercial agencies within the last three years, including contract numbers and points of contact.

Evaluation

Award will be made to the responsible offeror with the lowest-priced quote that is reasonable and does not exceed available funding. Price is the sole evaluation factor. The Government intends to award without discussions. Options will be evaluated by adding the total price for all options to the basic requirement.

Additional Notes

Contractor personnel will require background investigations (cost borne by contractor) and must wear VA-issued ID badges. Required insurance includes Workers' Compensation, General Liability ($500,000 per occurrence), and Automobile Liability ($200,000 per person; $500,000 per occurrence; $20,000 property damage).

People

Points of Contact

Ositadima NdubizuContract Specialist InternPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 6, 2026
J065--On-site Bed Management | GovScope