(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26225Q1478 is issued as a Request for Quote (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. The Government intends to award a single, Firm-Fixed Price (FFP) award contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-03, January 1, 2025. (iv) This solicitation will be a Total Service-Disabled Veteran Owned Small Business Set Aside, to a business associated with The North American Industry Classification System (NAICS) Code, 339112, and the Small Business Administration s (SBA) size standard of 1,000 employees. (v) The Department of Veterans Affairs (VA) seeks to make a procurement for a fluid immersion simulation therapy mattress set for the Long Beach VA Healthcare System. This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics: The submissions must meet the following salient characteristics: Must: Be able to continuously scan and adjust to patient profile and movement without staff intervention Be able to provide active feedback Be able to detect and correct for the support surface based on mass and area in contact with the surface, the system Be able to approximate immersion in a fluid medium Have completely autonomic features and have no requirement to input height/weight to be required for use Be able to provide neutral buoyancy and promote proper tissue symmetry Be able to assist in the elimination of deep tissue shear and promote near normal deep tissue perfusion Have a control unit that powers both mattress and the wheelchair cushion Have a lock setting to keep patients from accessing the system Have an onboard battery that lasts at least 12 hours Be able to fit step-deck hospital frames Be able to support patients from 10-1,000 lbs. Have a surface that expands to fit healthcare bed configuration of 82 up to 92 in length The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details. See attached SF 1449 Solicitation for Statement of work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: Long Beach VA Healthcare System Warehouse 149, 5901 East 7th Street, Long Beach, CA 90822. Period of Performance: Within 90 days of placing order. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Nate Munson at nathan.munson@va.gov no later than Wednesday, September 3rd 2025, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation # 36C26225Q1478 within subject line of the email. Quotes must be received by September 4th, 2025 by 4:00 PM PST. Email your quote to Nate Munson at nathan.munson@va.gov. Ensure to reference solicitation #36C26225Q1478 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014