IN HOME HOSPITAL BEDS
ID: 36C10G25R0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of in-home hospital beds intended for use by disabled and elderly veterans. The contract encompasses a base year with four additional one-year options, emphasizing compliance with safety and performance standards, including IEC regulations, to ensure quality and durability of the beds. This procurement is crucial for enhancing the quality of care provided to veterans, ensuring they have access to essential medical equipment in their homes. Interested vendors must submit their proposals by March 28, 2025, at 1400 EDT, and can direct inquiries to Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov, with a total contract ceiling of $260 million.

    Point(s) of Contact
    Darrell Williamson
    darrell.williamson@va.gov
    Jessica Abrams
    Jessica.Abrams@va.gov
    Files
    Title
    Posted
    The document is a solicitation from the U.S. Department of Veterans Affairs (VA) for the procurement of hospital beds intended for in-home use by disabled and elderly individuals. The contract stipulates the requirements and specifications for various types of hospital beds, emphasizing safety, compliance with industry standards, and product durability. The procurement will be contracted over a period of one year with four additional one-year options, and aims to ensure quality and consistency in products available for VA medical centers nationwide. Key aspects of the solicitation include minimum technical requirements for beds, specifications for associated accessories, and comprehensive terms for invoicing and payment procedures. Potential contractors must comply with Health Insurance Portability and Accountability Act (HIPAA) guidelines, including the establishment of a Business Associate Agreement to protect patient information. The document also addresses security protocols, data breach responsibilities, and the overall commitment to safeguarding sensitive information. Regarding the contract's financial structure, the minimum guaranteed amount is $2,500, with a ceiling of $260 million, reinforcing the VA's engagement in a reliable supply chain for medical equipment. This solicitation reflects the VA's commitment to improving the quality of care for veterans by ensuring access to essential medical supplies.
    This document pertains to Amendment 0001 of Solicitation 36C10G25R0011 issued by the U.S. Department of Veterans Affairs, specifically the Strategic Acquisition Center. The amendment extends the deadline for receipt of offers to March 28, 2025, at 1400 EDT. It replaces the original solicitation entirely, with all revisions highlighted in the new Request for Proposal (RFP). Additionally, it replaces Attachment 9 (Pricing Schedule) with a corrected version and addresses vendor inquiries through attached documents detailing responses and changes. The document emphasizes the necessity for all offerors to acknowledge receipt of the amendment to avoid rejection of their proposals. Overall, this amendment is a critical component in the procurement process aimed at soliciting bids for project requirements, ensuring clarity, and maintaining an organized approach for interested contractors. The updates reflect the government's commitment to transparency and support for prospective bidders.
    The document is an amendment (0002) to a solicitation regarding contract 36C10G25R0011, managed by the U.S. Department of Veterans Affairs. The main purpose of this amendment is to update and clarify the solicitation details, notably extending the deadline for receipt of offers to March 28, 2025, at 1400 EDT. Key amendments include updates to compliance checks for the Buy American Act and Trade Agreements provisions, with corresponding changes highlighted in the final RFP document. Additionally, the document indicates the replacement of an earlier amendment (0001) with the current RFP (Amend 0002). The intention is to ensure that all bidders acknowledge modifications and comply with the revised solicitation terms. Overall, the changes reflect the government's commitment to compliance with regulatory standards while ensuring transparency in the bidding process for contractors.
    The Department of Veterans Affairs is soliciting feedback through a Past Performance Questionnaire as part of their competitive process for awarding a strategic contract for Hospital Beds for in-home use. The completed questionnaires should be submitted via email, with specific formatting requirements for the subject line. The document includes a rating scale from 1 to 5 for assessing various contractor performance areas, such as overall quality, delivery performance, service quality, problem resolution, and personnel quality. Additional inquiries address any past performance issues, potential terminations, and the contractor's responsiveness to prior problems. Subcontractors can also be included in the evaluation. The emphasis is on gathering thorough feedback to inform future contracting decisions. This initiative showcases the VA's commitment to ensuring high-quality service and accountability in their contracts, aligning with broader goals in federal procurement practices. The questionnaire aims to assess past performance to improve decision-making in awarding future contracts within the scope of federal grants and solicitations.
    The document outlines a structured form for tracking medical orders and implantations, commonly associated with healthcare or insurance systems. Key elements of this form include patient identification details such as name and last four digits of their social security number, along with relevant dates for orders and implantations. There are specific fields for order and customer information, tracking the number of units and the status of purchase orders, including any pending orders and their duration. Each order is linked to identifiers such as CFN ID and description, as well as batch numbers for inventory control. This form likely serves as part of a broader administrative process essential for managing medical supplies and ensuring compliance, particularly within contexts involving federal grants or state and local requests for proposals (RFPs) that oversee healthcare expenditure and services. By documenting these details, the form helps streamline operations and maintain accurate records, which is crucial for addressing regulatory and funding requirements in healthcare provision.
    The document appears to be an encrypted or corrupted file, rendering it unreadable and unparseable in its current form. Therefore, key ideas, topics, or supporting details cannot be identified or summarized effectively. Given its lack of clarity and coherence, it cannot be analyzed in terms of government RFPs, federal grants, or state/local RFPs. A potential resolution would involve accessing an uncorrupted version or obtaining the information through alternative means specified in government documentation processes. This situation highlights the importance of data integrity in federal documentation to ensure successful communication and project execution.
    The document outlines the contract details for various contractors providing services to the VA healthcare facilities across multiple regional networks in the United States. It specifies clinical line item numbers (CLIN) associated with different VA facilities, such as Togus, White River Junction, Buffalo, and many others, alongside their corresponding price inclusions and service level agreement (SLA) fees. Each facility belongs to a regional network, which includes names like VA New England Healthcare System, VA Pittsburgh Healthcare System, and VA Heartland Network. Additionally, it includes sections for reporting quarterly sales, quantity of items sold, and associated financial figures. The structure maintains a systematic presentation of data, ensuring clarity in line item identification across numerous facilities. Overall, this document serves as a comprehensive record for monitoring contract performance, pricing, and sales metrics related to the services rendered under various federal grants and RFPs within the VA system.
    This document provides detailed instructions for vendors on how to submit fees using the Pay.gov platform specifically for the SAC (Supply Activity Contract). It outlines a structured, four-step process for vendors to complete their remittance. Vendors are advised to contact their SAC Contracting Officer if they are uncertain about the type of fee to submit. The process includes selecting the appropriate SAC Contract Number and entering relevant sales data, including quarterly sales figures. The instructions differentiate between MSPV (Medical/Surgical Prime Vendor) and non-MSPV Sale transactions, highlighting specific requirements for each. Payments must be made via ACH (Automated Clearing House), as the SAC does not accept credit cards or third-party payments. Step-by-step guidance concludes with an emphasis on reviewing all entered information and agreeing to the Pay.gov authorization before submission. The document aims to facilitate proper fee remittance, ensuring compliance with federal contracting regulations, which is essential for agencies following RFP and grant procedures. Overall, it underscores the importance of accurate reporting and adherence to financial processes in federal operations.
    The Business Associate Agreement between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), and a vendor sets forth requirements for handling Protected Health Information (PHI) in compliance with HIPAA and HITECH Acts. The vendor is to supply Audible Prescription Reading Devices, which necessitates sharing PHI. The document defines key terms such as Business Associate and Covered Entity, and states that PHI remains the property of VHA. Key clauses include the permissible use and disclosure of PHI, obligations of both the Business Associate and Covered Entity to protect and manage PHI, and the requirement for immediate reporting of any breaches. The agreement mandates that the vendor implement adequate safeguards and enter into similar agreements with its subcontractors. Provisions also cover the return or destruction of PHI upon termination of the agreement, emphasizing the legal and compliance obligations of both parties. Ultimately, the purpose of the agreement is to ensure the protection and responsible management of sensitive health information while outlining the responsibilities and limitations placed on both the vendor and the VHA.
    The document titled "CROSS REFERENCE INDEX" with the reference number 36C10G25R0011 serves as an attachment related to a federal request for proposals (RFPs). Its primary function is to provide product line literature, intended to support proposals submitted to federal and possibly state and local agencies. The structure suggests a systematic approach, with appended pages referring to specific products and their corresponding paragraphs, though the specifics of those products are not detailed in the provided text. The document emphasizes the need for comprehensive information regarding product offerings in connection with governmental reviews and allocations. It underscores the importance of clarity and organization in conveying relevant product details to facilitate decision-making within the federal grant and RFP processes. As part of a broader procurement strategy, this cross-reference index ensures that all stakeholders can easily locate necessary documentation and product information, reinforcing the need for transparency and accessibility in governmental operations.
    The document titled "Hospital Beds for In Home Use - Questions" relates to Request for Proposals (RFP) under federal contract 36C10G25R0011. It presents a series of inquiries aimed at collecting information regarding the procurement of hospital beds designated for in-home usage. The presence of numbered questions suggests a structured approach to gathering insights or clarifications that may assist in the effective evaluation and selection of potential vendors. Though the specifics of the questions are not disclosed in this excerpt, they likely pertain to specifications, pricing, delivery options, quality standards, and regulatory compliance for the intended hospital beds. This RFP reflects the federal government's commitment to ensuring that adequate medical equipment for home use is accessible for improving patient care and facilitating better health outcomes. Overall, the document serves as a preliminary step in establishing a clear communication process between the government and prospective suppliers, aimed at enhancing the quality of in-home healthcare services.
    The document outlines a Request for Proposals (RFP) for the procurement of hospital beds and associated equipment for in-home use. It delineates various specifications for mattresses (static and dynamic) in standard and extended sizes, electric bed frames with adjustable features, and hospital accessories such as overhead trapeze and rail sets. Four options detailing different bed configurations and their corresponding item numbers, quantity requirements, and unit measures are provided. The sections detail the necessary product specifications, ensuring compatibility with patient needs and safety standards. Additionally, base and option quantities are identified, signaling potential variations in procurement needs. The document serves as a comprehensive guide for suppliers in bidding to meet federal and state healthcare service requirements, ensuring that patients receive the necessary care equipment for home health setups. It emphasizes the government's commitment to enhancing patient care through adequate healthcare infrastructure.
    The document lays out a procurement proposal for supplying hospital beds and related accessories for in-home use. It details four options, each containing various items such as static and dynamic mattresses of different sizes, electric bed frames (basic and advanced), overhead trapezes, and sets of rails (3/4, half, full). Each option specifies the dimensions of products, indicating both standard and extended sizes to accommodate a range of patient needs. The procurement includes quantities and units of measure for various items, with a structure indicating a base and four options, suggesting flexibility for suppliers to bid on different package levels. The purpose is to support health facilities in providing necessary equipment for home care, reflecting the government's focus on enhancing patient care. The document outlines respective contract periods, estimated quantities, and a directive for manufacturers, ensuring compliance with federal guidelines and standards for healthcare supplies.
    The document is a Request for Proposal (RFP) from the U.S. Department of Veterans Affairs aimed at procuring hospital beds for home use, catering to disabled and elderly veterans. The contract is structured as an indefinite delivery/indefinite quantity (IDIQ) agreement with a base year and four option years. The RFP specifies compliance with various standards (IEC 60601-1-11 and IEC 60601-2-52), focusing on safety, performance, and user comfort. It details the minimum technical requirements for hospital beds, including weight capacity, mattress specifications, electrical features, and safety elements such as side rails. Additional considerations include pricing, payment terms via electronic funds transfer, invoicing procedures, and requirements for HIPAA compliance to safeguard patient information. The contractor is obligated to deliver beds to various locations within the U.S. and is bound to respond to any required adjustments in pricing due to market conditions. The overarching goal of this solicitation is to ensure a consistent supply of quality products at competitive prices, reflecting VA’s commitment to providing adequate care for veterans while leveraging bulk purchasing efficiencies.
    The document outlines a solicitation by the U.S. Department of Veterans Affairs for hospital beds intended for in-home use, primarily focusing on the Veterans Health Administration’s Prosthetic Sensory Aid Service. The contract encompasses a base year and four one-year options, with a total ceiling of $260 million. Key requirements for the beds include compliance with specific IEC safety standards, weight capacities, and features that enhance patient safety, such as locking mechanisms and ergonomic designs. The contractor must ensure timely delivery, adherence to price adjustments, and compliance with federal regulations, including HIPAA. Invoice submissions are to be electronic, with stipulated conditions for payment processing. The contract emphasizes the need for regular reporting, and penalties exist for data breaches, mandating a strong adherence to security protocols. Overall, this procurement initiative aims to streamline access to critical medical equipment for veterans while ensuring consistent quality and compliance with federal standards, thereby supporting the government's mission to provide effective care to its service members.
    The document pertains to Solicitation Number 36C10G25R0011, which outlines the U.S. Department of Veterans Affairs' (VA) requirement for In-Home Hospital Beds and Accessories. The solicitation highlights key queries and responses regarding the bed specifications, pricing considerations, and requirements for small business manufacturers. Notably, the solicitation is set-aside for small businesses under NAICS code 339113, emphasizing the necessity for manufacturers to perform primary manufacturing activities using their own facilities. Important clarifications include the acceptance of bed frames with specific weight capacities, mattress requirements, and delivery logistics, particularly concerning emergency situations. The VA has stipulated that firms must provide documentation to validate their manufacturing capabilities, ensuring compliance with SBA regulations. Additional points raised by bidders focus on economic price adjustments due to inflation and other market factors, the evaluation criteria for proposals based on socio-economic considerations, and the logistical challenges surrounding delivery. The solicitation aims to foster competition while ensuring that the selected contracts meet the VA's rigorous standards for quality and service. Overall, the solicitation reflects the VA’s commitment to sourcing quality healthcare equipment while adhering to regulatory requirements and enhancing care delivery for veterans.
    Lifecycle
    Title
    Type
    IN HOME HOSPITAL BEDS
    Currently viewing
    Solicitation
    Similar Opportunities
    Home Sleep Apnea Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing (HSAT) services for veterans at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, and its associated Community Based Outpatient Clinics. The procurement involves providing HSAT equipment, technical support, and scoring reports, with a focus on ensuring compatibility with existing Somnoware software, which is essential for effective patient care and data management. This contract, valued at an estimated $20.5 million, will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract, covering a base period and four option years from May 1, 2026, to April 30, 2031. Interested parties can contact Denise Maynard at denise.maynard@va.gov or by phone at 913-946-1116 for further information.
    HILL-ROM MATTRESS REPLACEMENT ICU
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Hill-Rom Progressa+ mattresses for the Intensive Care Unit (ICU) at the Cleveland Veterans Affairs Medical Center. This acquisition is intended to be a sole source procurement due to the proprietary nature of the Hill-Rom system, which is specifically designed to prevent pressure injuries, provide pulmonary therapy, and facilitate early patient mobility in critical-care settings. The unique features of the Progressa+ system, including its interlocking design with the Progressa bed frame and integrated therapy modes, are essential for maintaining clinical outcomes and warranty support. Interested parties who believe they can meet the requirements must submit their capabilities by December 18, 2025, at 5 PM EST, to Rachelle Hamer at rachelle.hamer@va.gov, referencing “RFQ 36C25026Q0166| Hill-Rom Mattress Replacement ICU” in the subject line.
    J065--FOLLOW ON | PM STRYKER BEDS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide preventive maintenance and corrective services for Stryker Surgical Beds at the VA San Diego Healthcare System. The procurement involves a five-year, firm-fixed-price contract to support 219 Stryker Procuity Med/Surg Beds and 32 Stryker Procuity ICU Beds, which includes annual inspections, 24/7 telephone support, and on-site service with a three-business-day response time. These services are critical for ensuring the operational readiness and safety of medical equipment used in patient care. Interested contractors must be registered in SAM and respond by December 22, 2025, at 4:00 PM Mountain Time; for further inquiries, contact Jessica Brooks at jessica.brooks3@va.gov or 480-466-7940.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    HCHV Contract Residential Services | Birmingham VAMC | 4 Beds/Day
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Transitional Housing and Health Care for Homeless Veterans (HCHV) Contract Residential Services at the Birmingham VA Medical Center. The contract aims to offer up to four beds per day, totaling 1,460 beds annually, for eligible male and female veterans, including those with mental health and substance abuse issues, while ensuring a drug and alcohol-free environment and compliance with federal regulations. This initiative is crucial for facilitating access to a range of medical, rehabilitative, and employment services for homeless veterans. Interested contractors should contact Matthew Minnick at matthew.minnick2@va.gov or (912) 961-5826 x415826, with a guaranteed minimum contract value of $5,000 and a maximum ceiling of $1,000,000. Proposals must adhere to strict guidelines and be submitted by the specified deadline.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    G004--RESIDENTIAL BEDS (WOMEN)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent, to enhance patient care across its medical centers nationwide. The procurement aims to provide safe and efficient patient transfer solutions, minimizing physical effort and reducing injury risks for both patients and caregivers. Interested vendors must submit their proposals, including technical capabilities and pricing, by January 7, 2026, with questions due by December 18, 2025. For further inquiries, contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.