Skip to content
Department of Veterans Affairs

6515--Mattresses | Phoenix VA Healthcare System

Solicitation: 36C26226Q0510
Notice ID: 974b9e1243274629983afb6227173727
TypeSources SoughtNAICS 337910PSC6515DepartmentDepartment of Veterans AffairsStateAZPostedMar 26, 2026, 12:00 AM UTCDueApr 02, 2026, 04:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AZ. Response deadline: Apr 02, 2026. Industry: NAICS 337910 • PSC 6515.

Market snapshot

Awarded-market signal for NAICS 337910 (last 12 months), benchmarked to sector 33.

12-month awarded value
$101,144
Sector total $48,255,032,912 • Share 0.0%
Live
Median
$101,144
P10–P90
$101,144$101,144
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%($101,144)
Deal sizing
$101,144 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 AZ
Live POP
Place of performance
Department of Veterans Affairs Phoenix VA Healthcare System, 650 E Indian School Road • Phoenix, Arizona • 85012 United States
State: AZ
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
AZ20260011 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Arizona • Yuma
Rate
BRICKLAYER
Base $32.29Fringe $9.97
Rate
ELECTRICIAN
Base $17.50Fringe $7.57
+30 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 30 more rate previews.
Davis-BaconBest fitstate match
AZ20260011 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Yuma
Rate
BRICKLAYER
Base $32.29Fringe $9.97
Rate
ELECTRICIAN
Base $17.50Fringe $7.57
Rate
ELECTRICIAN (Low Voltage Wiring for Alarms)
Base $25.36Fringe $5.54
+29 more occupation rates in this WD
Davis-Baconstate match
AZ20260061 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Yavapai
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Oiler
Base $32.29Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Field Equipment Serviceperson
Base $35.56Fringe $18.12
+27 more occupation rates in this WD
Davis-Baconstate match
AZ20260038 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • Cochise
Rate
BRICKLAYER
Base $32.29Fringe $9.97
Rate
CARPENTER
Base $33.19Fringe $19.20
Rate
ELECTRICIAN (Excludes Low Voltage Wiring)
Base $33.00Fringe $21.33
+18 more occupation rates in this WD
Davis-Baconstate match
AZ20260052 (Rev 0)
Open WD
Published Jan 02, 2026Arizona • La Paz
Rate
Electrician
Base $33.00Fringe $21.33
Rate
POWER EQUIPMENT OPERATOR: Crane/Derrick
Base $36.64Fringe $18.12
Rate
POWER EQUIPMENT OPERATOR: Loader/Front End Loader
Base $35.56Fringe $18.12
+12 more occupation rates in this WD

Point of Contact

Name
Adrienne Brown
Email
adrienne.brown4@va.gov
Phone
951-601-4536

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 337910

Description

THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain information about potential qualified sources and their size classification relative to NAICS 337910 (size standard of 1,000 Employees). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, further sources sought notices and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing mattresses in support of VA Phoenix Healthcare System. The list of characteristics/requirements is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed pharmaceutical have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (16) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (17) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (18) Please provide your SAM.gov Unique Entity ID/Cage Code number. (19) Where is the product manufactured? If it is not manufactured in the United States, does your product meet the requirements for TAA? Responses to this notice shall be submitted via email to adrienne.brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than April 2, 2026 by 10:00 AM Mountain Time. All responses to this Sources Sought will be used for planning purposes only. Responses to this Sources Sought Notice are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further Sources Sought and/or a solicitation or other announcement is issued as a result of the information provided from this sources sought, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.

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.