W065--Specialty Bed and Mattress Rental
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 NETWORK CONTRACT OFFICE 19, is seeking quotes for Specialty Bed and Mattress Rental services. This unrestricted Request for Quote (RFQ #: 36C25926Q0210) aims to establish a firm-fixed price contract for the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. Quotes are due by February 9, 2026, at 2:00 PM MT.
Opportunity Details
This is a combined synopsis/solicitation for commercial items, prepared in accordance with FAR Part 12. The Government anticipates awarding a firm-fixed price contract on an "All or Nothing" basis. The North American Industrial Classification System (NAICS) code for this procurement is 532490 (Other Equipment Rental and Leasing) with a small business size standard of $40 Million.
Scope of Work
The contractor will provide daily rental services for various specialty beds and mattresses, including:
- Low Air Loss/Weigh-Based Pressure Redistribution Mattress and Frame.
- Bariatric Beds for patients up to 1,000 lbs with rotation abilities.
- Bariatric Pressure Redistribution Air Surfaces that automatically adjust to patient weight.
Services include delivery, setup, maintenance, and removal of rental equipment at the Rocky Mountain Regional VA Medical Center, 1700 N. Wheeling Street, Aurora, Colorado 80045. The contractor must ensure 24/7 service availability, respond to repair requests within 6 hours, and provide replacement beds within 24 hours if on-site repair is not possible. Training for VA staff and operator manuals are also required. All rental property must be cleaned and decontaminated prior to delivery.
Contract & Timeline
- Contract Type: Firm-Fixed Price.
- Period of Performance: A base year (February 25, 2026 – February 24, 2027) with four (4) one-year option periods, for a total potential duration not exceeding 5 years. The contract includes FAR 52.217-8 (Option to Extend Services) and FAR 52.217-9 (Option to Extend the Term of the Contract).
- Questions Due: February 3, 2026, 10:00 AM MT, via email to Noaa.Lanotte@va.gov.
- Quotes Due: February 9, 2026, 2:00 PM MT.
Submission Requirements
Quotes must be submitted via email only to Noaa.Lanotte@va.gov (with a 10MB email limit). Submissions must include four volumes:
- Technical Capability: Demonstrate ability to meet PWS requirements, including specifications/cut sheets for proposed equipment. Offerors must be an OEM, authorized dealer, or distributor.
- Past Performance: Provide a maximum of two recent (within 5 years) and relevant past efforts, including CPARS if available, or contract details and POCs.
- Price: Complete the provided pricing schedule.
- FAR 52.225-6 Trade Agreements Certificate: Complete and submit this attachment.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering:
- Technical Capability: Extent to which requirements are met or exceeded.
- Past Performance: Relevance and quality of past contracts.
- Price: Evaluation of total line-item prices, including options.
Technical capability and quality are paramount; offers not meeting requirements will not be selected regardless of price. The Government reserves the right to make award solely on initial quotes.