Page 3 of 3
This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the procurement of Power Mobility Stretchers.
Product Description:
a. Common Nomenclature: Twelve (12) Powered Mobility Stretchers
b. Kind of material (i.e., type, grade, alternatives, etc.): Aluminum and Steel polymer
c. Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.): Generator Constant potential, resonance mode high frequency 80 150 kHz Line voltage 100 240 V, 50 or 60 Hz
d. Dimensions, size, capacity: Overall Length: 85". Overall Width (Siderails Up): 35.5". Height Range: 19" (48 cm) minimum height. Weight Capacity: 700 lb. Surface Size: 76" L x 32"
e. Principles of operation: Integrated motorized drive system, allowing staff to transport patients with minimal physical effort. The stretcher is operated via ergonomic controls, enabling smooth movement, adjustable positioning and powered lifting.
f. Restrictive environmental conditions: N/A
g. Intended use: Designed for hospital and clinical environments, specifically for transporting patients between departments, wards, or procedure rooms. It s powered mobility reduces the risk of staff injuries associated with manual pushing and lifting, and it s compatibility with the Voalte nurse call system.
h. Equipment with which the item is used with (N/A if not applicable): Voalte Nurse Call
i. End item application: For clinical and hospital environment for transporting patients between departments.
j. Original equipment manufacturer part number: ELECTRA5 k.
Other pertinent information that describes the item, material or service required: N/A
If this is an item your business can provide, please respond to this Sources Sought Notice by 3:00 PM Central Time on Thursday, 21 May 2026.
The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following:
a. Place of manufactured items, the VA is particularly interested in end items manufactured in the United States.
b. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response.
c. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item.
d. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items.
e. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside).
5. Responses should include:
(1) Business Name
(2) Business Address
(3) Point of Contact
- Name
- Phone Number
- E-mail Address
(4) SAM UID Number
(5) NAICS code
(6) Business Size: SMALL or LARGE
(7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc.
(8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services if applicable
(9) GSA/FSS Contract Number if applicable
Send responses to Frank Mendoza at francisco.mendoza@va.gov.
Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
The Department of Veterans Affairs, NCO 17 will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Also, prospective contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller to the Department of Veterans Affairs for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. Interested parties are encouraged to furnish information by email only with Response to this Intent to Sole Source this acquisition. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement.
DISCLAIMER: This notice is issued informational purposes pursuant to FAR 5.201. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract.