Navigate the lattice: hubs for browsing, trends for pricing signals.
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: Bed Replacement (each bed shall be a complete unit) 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: 3. Scope: 420 general medical hospital beds and 45 Intensive Care Unit (ICU) beds complete with mattress, pump and all accessories to be delivered and installed into position at the MEDVAMC- Houston. Brand name or equal to beds listed below. Beds will be replaced by phases and will include all accessories needed to aid with patient care. Training is required to ensure all staff know how to operate beds. QTY ITEM 420 PROCUITY LEX W/ ISOTOUR PREM 420 ASSM SINGLE, DUAL STG IV POLE 420 ISO TOUR PUMP DOM CAN 45 PROCUITY ZMX WITH ISOLIBRIUM 45 ASSEMBLY, PENDANT, BASIC 45 2-STAGE IV POLE TOP, DUAL, ASM 45 2-STAGE IV POLE BOTTOM, DUAL 465 SECURE CONNECT LOCATOR SYSTEM REQUIREMENTS: All general medical/surgical beds must meet the following minimum requirements The bed must be specifically designed for use in medical/surgical inpatient environments Must have a minimum of 6 inches of clearance beneath the bed to accommodate a portable patient lift Caster minimum diameter is 5 inches Minimum of 3 exit alarm zones (ie: lying, sitting, standing) Built-in patient scale Easy to install orthopedic fraction fittings Air Mattress Air mattress must be variable pressure with pumping capability An air pump for a mattress must be built into every bed Low air loss functionality Minimum bed surface height must be no more than 20 inches from the floor Bed must have the capability to lower down to the ground/floor Maximum patient weight capacity must be no less than 500 pounds Must have one-touch CPR and Trendelenburg modes Bed exit alarm must have compatibility with all major nurse call systems, including at a minimum (Rawland, Hill-Rom, and Jeron) Bed length adjustment Bed must be compatible with the Rawland call light system. Emergency evacuation method. Compatibility with Evacusled® is highly preferred Adjustable headboard when the bed is not plugged into the wall and/or power outlet. Sensor lights around the exterior of the bed Bed covers must be able to handle bleach cleaner. All intensive care specialty beds must meet all the requirements of a general bed, as well as the following requirements: The bed must have motorized transport assistance Motorized bed length adjustment Cardiac chair mode with the ability to assist the patient to stand Mattress capability for pulsation and alternating lateral pressure. Percussion and vibration for cardiac patients with respiratory disease. Turn assist (either by the bed or the mattress) and Opti Rest Passive Leg Raise The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 339112 is (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 17:00 (CST), February 11, 2026 via email to Oney.kelly@va.gov RFI responses are due by 13:00 (CST), Monday, February 16, 2026; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to Oney.kelly@va.gov the subject line shall read: MEDVAMC Bed Replacement. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Oney Kelly Oney.kelly@va.gov Your response to this notice is greatly appreciated!
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.