Skip to content
Department of Veterans Affairs

J065--New Patient Therapeutic Hot Tub Service Maintenance and Repair

Solicitation: 36C26026Q0521
Notice ID: 01a3e0b445e1472386807288a71c1cbb
TypeSources SoughtNAICS 811412PSCJ065Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateWAPostedApr 07, 2026, 12:00 AM UTCDueApr 16, 2026, 07:00 PM UTCCloses in 8 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: WA. Response deadline: Apr 16, 2026. Industry: NAICS 811412 • PSC J065.

Market snapshot

Awarded-market signal for NAICS 811412 (last 12 months), benchmarked to sector 81.

12-month awarded value
$37,000
Sector total $372,650,811 • Share 0.0%
Live
Median
$37,000
P10–P90
$37,000$37,000
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($37,000)
Deal sizing
$37,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for WA
Live POP
Place of performance
Mann-Grandstaff VA Medical Center Spokane VA Medical Center, 4815 North Assembly Street • Spokane, WA • 99205 United States
State: WA
Contracting office
Vancouver, WA • 98661 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
WA20260003 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Asotin
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
+42 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 42 more rate previews.
Davis-BaconBest fitstate match
WA20260003 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Asotin
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+41 more occupation rates in this WD
Davis-Baconstate match
WA20260104 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Columbia
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+36 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD

Point of Contact

Name
Robyn Akins
Email
robyn.akins@va.gov
Phone
(479) 587-5828

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
260-NETWORK CONTRACT OFFICE 20 (36C260)
Office
Not available
Contracting Office Address
Vancouver, WA
98661 USA

More in NAICS 811412

Description

DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary, will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained. The Department of Veterans Affairs is conducting market research to provide Arjo Huntleigh Tub Maintenance at the Spokane WA VA Medical Center. The Government anticipates awarding a Firm Fixed Price 5-year contract that will provide the support services listed within the Draft Statement of Work below.  OBJECTIVE: See Draft SOW below. RESPONSE INSTRUCTIONS: Provide the following information: UID (Unique Identifier Number) Name and Address of Company The Small Business Administration's recognized business size classification A through description of experience in managing support requirements of this nature.  CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Robyn Akins at robyn.akions@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to robyn.akins@va.gov no later than 3:00 PM EST on 04/16/2026. STATEMENT OF WORK (SOW) - DRAFT Title: Arjo Huntleigh Tub preventive maintenance, testing, inspection and repair services. Background: The Mann-Grandstaff VA Medical Center, 4815 North Assembly Street, Spokane, WA requires tub preventive maintenance test and inspection service. Place of Performance: All work under this contract is to be performed at Mann-Grandstaff VA Medical Center, 4815 North Assembly Street, Spokane, WA 99205. Purpose: This Statement of Work (SOW) defines the scope, standards, tasks, frequencies, and documentation requirements for preventive maintenance (PM) at the Mann Grandstaff VA Medical Center, 4815 N. Assembly Street, Spokane, WA 99205. Special emphasis is placed on the therapeutic bathing system) and all associated utility and water support systems. Objectives: The objectives of this SOW are to: Ensure the safe and reliable operation of medical equipment in accordance with TJC EC.02.04.03, including inspection, testing, and maintenance activities, with 100% completion of required PM tasks. Manage utility system risks and maintain survey ready documentation, including proper labeling, updated schematics, and clearly defined emergency shutdown procedures. Standards & References: TJC EC.02.04.03 Medical equipment inspection, testing, maintenance; inventory and documentation expectations; initial acceptance testing before use. TJC EC.02.05.01 Utility systems risk management; mapping, labeling, and emergency shutdown procedures. CDC Healthcare WMP & Hot Tub/Whirlpool Toolkit Operational control limits, frequency of testing (disinfectant residual/pH), filtration, cleaning, and corrective actions. Arjo/Arjo Huntleigh IFUs (Century) Care & preventive maintenance tasks, cleaning/disinfection, annual electrician checks, functionality tests. Assets in Scope: Therapeutic tub (Arjo Century): tub body, controls, autofill/auto flush, drain assembly, emergency stop, temperature/scald protection, shower head(s), thermostatic mixing valve, optional disinfection/air spa systems, transfer interfaces. Associated utilities & water systems: domestic hot/cold water supply, isolation valves, labeling/shutdown pathways; filtration/strain screens; tub electrical supply; room ventilation/humidity. Specific Tasks Weekly Certification Testing - functionality tub test: a. controls, autofill/auto flush, drain control, Scald protection, temperature display/alarms, emergency stop, clean/descale shower heads, exercise thermostat mixer, and log results. b. Visually inspect hoses, pipes and connections. c. Check all exposed parts, replace as required. d. Check door seals, replace as required e. Visually inspect the safety belt (if any) and replace it as required. 2. Monthly Certification Testing a. Deep cleaning/scale removal and filter maintenance, beyond monthly test; verify circulation and hydro systems where equipped, document parts and chemicals used. b. Electrical/general functional check (indicators, alarms and cable harnesses), verify labels and safety markings are present and readable, attach photos to the work order. c. Change incoming water filters. Annual Certification Testing Electrical installation inspection by authorized electrician, full performance test on controls, E-Stop/mixing valve calibration/pumps/air-spa/transfer interfaces, replace worn parts, update inventory labels. Checks must be performed by qualified personnel/authorized electricians. Replace safety belts. Unscheduled Repairs Contractor shall perform up to three unscheduled repairs (or callbacks) per unit, hours 8am-5pm. Major repairs outside normal PM (i.e. unit replacement, structural plumbing changes) unless separately authorized. COR must be notified within 24 hours of discovering the needed repair. Contractor shall furnish preventative maintenance and corrective maintenance parts on all technical supplied ordered authentic Arjo Huntleigh parts if included. I. Notification/Coordination Upon award the Contracting Officer (CO) may designate a Representative (COR) to supervise the work performed for the duration of this contract. However, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the contract between the contractor and any person other than the CO be effective or binding upon the Government, unless formalized by proper contractual documents executed by the CO, prior to completion of this contract. A copy of this designation shall be furnished to the Contractor. The Contractor and any Subcontractor shall report to the COR when arriving to perform any service under this requirement, including repairs only at the Spokane location. Check-in/out is mandatory at VA Police to obtain temporary badge. When the service is completed, the Contractor and any Subcontractor shall check out with the COR as well. The Contractor shall coordinate with the Subcontractor directly for any tasks associated with SOW. It is the responsibility of the Contractor to ensure Subcontractor performs all work in accordance with the SOW. J. Deliverables Asset Inventory Record (model/serial/location/risk category; IFU attached). (TJC EC.02.04.03) PM Logs (monthly, quarterly, annual) demonstrating 100% completion of required activities/frequencies; signed, dated, with results and next due. (TJC EC.02.04.03) Utility Labeling & Shutdown Procedure (maps, valve IDs, steps, contacts). (TJC EC.02.05.01) Condition Found Report (CRF) K. Quality Assurance and Acceptance Criteria Compliance: All required PM tasks completed at defined frequency, with no missed intervals; documentation is survey ready (clear, signed, dated, and organized). (TJC EC.02.04.03; survey readiness best practices) 110 Functionality: Tub passes monthly functionality tests and annual performance checks; any deficiencies corrected and retested. (Arjo IFUs) 9 Utility Controls: Labeling and emergency shutdown procedures validated via periodic drill or walkthrough; records retained. (TJC EC.02.05.01). L. Work Hours Hours to accomplish the hot tub annual preventive maintenance are Monday through Friday 8:00 am to 5:00 pm, excluding federal holidays. All repairs are performed during these hours of coverage unless requested or approved by Contracting Officer s Representative. After hours are from 5:00PM to 8: AM Monday through Friday, Saturday, Sundays and National Holidays: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Security Requirements: The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall have intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required Equipment schedule: Model Serial number Equipment Name Vendor Location AF24104-US01 SEE0739614 ARJO Freedom Bath 3 ARJO Inc A535-1

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.