Skip to content
Department of Veterans Affairs

6530--Guildmann OR EQUAL Patient Transfer Equipment

Solicitation: 36C26226Q0540
Notice ID: 120ef2ec63334cb5a7dbefbfe2b06d8a
TypeSources SoughtNAICS 339113PSC6530DepartmentDepartment of Veterans AffairsStateCAPostedMar 20, 2026, 12:00 AM UTCDueApr 06, 2026, 03:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Apr 06, 2026. Industry: NAICS 339113 • PSC 6530.

Market snapshot

Awarded-market signal for NAICS 339113 (last 12 months), benchmarked to sector 33.

12-month awarded value
$131,692,376
Sector total $51,923,358,306 • Share 0.3%
Live
Median
$51,382
P10–P90
$34,000$457,178
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+737%($103,549,071)
Deal sizing
$51,382 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 CA
Live POP
Place of performance
VA San Diego Healthcare System Jennifer Moreno Medical Center, 3350 La Jolla Village Drive San Diego CA 92161
State: CA
Contracting office
Gilbert, AZ • 85297 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
CA20260007 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
+247 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 247 more rate previews.
Davis-BaconBest fitstate match
CA20260007 (Rev 3)
Open WD
Published Jan 23, 2026California • Alpine, Amador, Butte +21
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, Protective Coverings, Coatings, and Finishes to all types of mechanical systems) Area 1
Base $84.76Fringe $25.07
Rate
Area 2
Base $64.56Fringe $25.07
Rate
handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) AREA 1
Base $35.31Fringe $12.75
+246 more occupation rates in this WD
Davis-Baconstate match
CA20260026 (Rev 2)
Open WD
Published Jan 23, 2026California • San Bernardino
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+129 more occupation rates in this WD
Davis-Baconstate match
CA20260012 (Rev 2)
Open WD
Published Jan 23, 2026California • San Luis Obispo
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+128 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD

Point of Contact

Name
dyne.kim@va.gov
Email
dyne.kim@va.gov
Phone
562-826-8000

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

More in NAICS 339113

Description

THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The suggested NAICS for this requirement is 339113 Surgical Appliance and Supplies Manufacturing 3. The Contractor shall deliver Patient Lifts that can meet the required Statement of Work (see attached Draft SOW) to VA Medical Center located at 3350 La Jolla Village Drive, San Diego CA 92161. 4. The required services shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in Statement of Work (SOW). See attached Draft SOW. 5. Interested and capable Contractors are encouraged to respond to this notice not later than Monday, April 6, 2026, at 8:00 AM Pacific Time (PT), by providing the following information via email only to Dyne.Kim@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Responses are welcome to specify a different NAICS in which they could meet this requirement. (h) Statement indicating the brand name, model, and product description of the patient lift product referenced above that you intend to provide for this procurement. (i) Statement indicating the name of the company whose patient lift product you intend to provide, the country of origin for the patient lift product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI, or a different NAICS. Please elaborate whether the Buy American Statute and/or Trade agreement apply to the product that you intent to provide for this procurement. (j) Statement indicating whether you are an authorized distributor of the patient lift product that you intend to provide for this procurement or not. If you intend to provide a patient lift product manufactured by a company other than your own, please include an approval letter from the manufacturer accepting you as an authorized distributor and answer the following questions: Does your firm exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519)? Is your firm primarily engaged in the retail or wholesale trade and normally sells the type of item you intend to provide? Does your firm take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Will your firm supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to 13 CFR 121.406(b)(5)? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Notice: No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) good sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new equipment only. The vendor shall be an OEM, authorized dealer, authorized distributor, authorized reseller, verified by an authorization letter or other documents from the OEM. (k) Statement indicating if you have a current contract to provide the patient lift product that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, identity the federal agency with whom you hold that contract, and whether the product you intend to supply under this procurement is listed on your referenced schedule/contract. (l) Statement indicating how many calendar days after receipt of order (ARO) you estimate it would take you to deliver the patient lift product that you intend to provide for this procurement to the requesting facility. (m) General pricing for your patient lift product. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. (n) Provide documented self-attestation/certification that the patient lift product you intend to provide for this procurement meets any regulatory expectations by the US Government (ea. The U.S. Food and Drug Administration (FDA) classification system of medical devices, places ceiling lifts as Class I category. Class I devices are deemed to be low risk, and manufacturers/authorized distributors are allowed to self-declare that they conform to all required standards.) (o) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing patient lift product that meets the requirements described in the attached Draft Salient Characteristics. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract other than delivery of the requested product; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. failure to submit all of the information requested above to support a respondent s claimed experience may be viewed by the government as evidence that the respondent lacks the ability to provide the patient lift product required by this procurement. this, in turn, may affect the government s determination about whether the requirements for a set-aside procurement have been met. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

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.