Bakersfield CBOC Activation Stretchers
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) is soliciting proposals for two electric "Stretcher, Mobile, CRS, 9 Position" for the Bakersfield VA Clinic in Bakersfield, CA. This is a Firm-Fixed-Price acquisition with offers due by March 25, 2026. The acquisition is listed as "UNRESTRICTED OR SET ASIDE".
Purpose & Scope
The VA Greater Los Angeles Healthcare System requires two electric stretchers for the Bakersfield VA Clinic Activation Project. These stretchers are intended for safe patient transport and treatment, providing adjustable backrests for optimal comfort and stabilization.
Key Requirements & Deliverables
Contractors must supply two "brand name or equal" electric stretchers that meet or exceed the following specifications:
- Type: Electric powered lift with Chaperone bed exit system (two-zone alarm).
- Capacity: Maximum 700 lb. weight capacity.
- Mobility: Large wheels for reduced push force, steering, and five 8-inch omni surface casters with integrated wheel covers. Dual end brake/steer controls and a center-locking brake system with dual end activators.
- Adjustability: Capable of less than 21-inch low height, height range of 20.75" to 34", and ±17° Trendelenburg. Features pneumatic backrest/stationary foot, electric patient controls, lift assist backrest, and recovery chair position capability.
- Features: Litter-mounted oxygen bottle holder, power washable design, dual, side-mounted foot control hydraulics with uni-lower pedal, glide away side rails, four integrated IV receptacles, thermoformed ABS base, integrated utility tray, and integrated transfer board.
- Dimensions: 35"D x 85"W x 33"H.
- Accessories: iDrive Powered Drive System, Foldable Foot-End Push Handles, Accessory Tray, Mattress with Fire Barrier, and Vertical O2 Tank Holder.
- Warranty: Standard manufacturer industry warranty term is required; extended warranties are not accepted.
- Training: No contractor-provided training is required at installation.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Delivery and installation are required by August 1, 2026, to Hansen’s Moving and Storage, Inc., 3501 N. Sillect Ave. Bakersfield, CA 93308.
- Payment: Made upon receipt of a properly prepared invoice referencing the contract/PO number.
- Information Security: Vendor must comply with VA standard operating procedures, contract language, laws, and regulations regarding information and system security, including VAAR-852.273-75. Contractor employees requiring access to VA computer systems must undergo a background investigation.
Eligibility & Set-Aside
- The acquisition is listed as "UNRESTRICTED OR SET ASIDE".
- NAICS Code: 339113 (Surgical Appliance and Supplies Manufacturing).
- Size Standard: 800 Employees.
Submission & Evaluation
- Offers Due: March 25, 2026, by 12 PM CDT.
- Submission: Offers must be submitted on SF 1449, letterhead stationery, or as otherwise specified.
- Evaluation Criteria: Will include technical description, product literature, warranty terms, price, and discount terms.
Contact Information
- Primary Point of Contact: Latisha Baker
- Email: latisha.baker@va.gov
- Phone: 682-415-4286