4510--EQ Spa Bathtubs SF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for the procurement and installation of Spa Bathtubs for the Sioux Falls VA Health Care System in Sioux Falls, SD. This requirement is a Total Small Business Set-Aside and will be awarded as a Firm-Fixed-Price contract under Simplified Acquisition Procedures (SAP). The evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) criteria. Proposals are due by April 14, 2026, at 4:00 PM CDT.
Scope of Work
This opportunity requires the replacement of existing spa bathtubs in CLC2 and CLC3, including their removal and the installation of new units. Key specifications for the new spa tubs include:
- Right-side door entry and accommodation for a transfer lift.
- Maximum dimensions of 72" W x 69" L, with a minimum door opening of 33".
- Height-adjustable integrated transfer seat and a minimum lift capacity of 400 lbs.
- Automatic disinfection system.
- Specific plumbing (3/4" hot & cold-water supply, 2" PVC drain) and electrical (120V, 7.25A) requirements.
- Services include unpacking, moving new tubs from the warehouse to CLC 2 and CLC 3, and repairing any plumbing, electrical, floor, wall, door, or door jamb damage incurred during installation.
- A 1-year warranty or manufacturer's warranty (whichever is greater) is required.
- Delivery and installation must be completed within 90-120 days After Receipt of Order (ARO) at the Sioux Falls VA Medical Center, 2501 W 22nd St, Sioux Falls SD, 57105.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Acquisition Method: Simplified Acquisition Procedures (SAP).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 326191 (Plastics Plumbing Fixture Manufacturing) with a 750-employee size standard.
- Buy American Act: Applies to this acquisition and will be evaluated on a group basis.
Submission & Evaluation
Proposals will be evaluated using the Lowest Priced Technically Acceptable (LPTA) method, with technical capability assessed first, referencing Section B.2. Offerors must submit proposals electronically via email to Joshua.Imdacha@va.gov. Required submission documents include:
- Signed SF 1449 form (all pages).
- Completed price schedule for all Line Item Numbers (LINs).
- Signed SF30s for any amendments.
- Descriptive literature (if offering a brand name or equal product).
- OEM authorization letter.
- Completed 52.225-2 Buy American Certificate. Offers must remain firm for 60 calendar days.
Important Dates & Contact
- Response Due Date: April 14, 2026, at 4:00 PM CDT.
- Questions Due: All questions must be received 72 hours prior to the response date.
- Contact: Joshua I Imdacha, Senior Contracting Officer, Joshua.Imdacha@va.gov, 319-339-7017.
Attachments
- D.1 CAD DRAWINGS CLC SPA TUB ROOMS: Provides detailed layout and dimensions for CLC 2 Room 249 and CLC 3 Room 354.
- D.2 pipe locations and measurements: Details specific measurements for pipe locations and plumbing fixtures.