Scout

36C10X26Q0110

6515--NX EQ Non-Powered Patient Transfer Standing Aid

VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > SAC FREDERICK (36C10X)

Archived
Actions
Open SAM.gov
Notice Type Combined Synopsis/Solicitation
Due 2026-04-10
Posted 2026-04-02
NAICS 339113
PSC 6515
Set-aside None listed
Scout Score 15

Quick analysis

Unrestricted VA RFQ to supply brand name or equal non-powered patient transfer standing aids (medical device; NAICS 339113, PSC 6515) is outside Trace Systems’ core capabilities (SATCOM, CDS, C5ISR/IT).

Brand-name-or-equal requirement to Lopital Lotus models with ISO 10535 certification, new OEM-only provision, and nationwide distribution favors medical device manufacturers/distributors; no evidence Trace holds relevant OEM authorizations or catalog.

No relevant past performance with VA or in medical equipment supply is documented; Trace’s past performance is DoD comms/IT-focused.

Open-market access exists, but competitive position and compliance are weak; strategic value is minimal per company profile (339113 listed as lower BD priority).

Scope summary

  • Supply Lopital Lotus brand-name or equal non-powered patient transfer standing aids (CLINs 0001, 0002) nationwide (Attachment B; D).
  • Meet all salient characteristics including ISO 10535 certification, 400 lb capacity, dimensional specs, and specific design/usage features (Attachment B).
  • Provide only new OEM equipment; no refurbished/gray market (36C10X26Q0110.docx).
  • Complete pricing per Attachment D A0001 with delivery days ARO and 3% SLA applied (Attachment D A0001).
  • Submit past performance via PPQs or CPARS references per A0001 guidance (Attachments E, F, G A0001).
  • Perform nationwide distribution and quarterly sales reporting by facility (Attachment C).
  • Base year plus four 12-month option years; single-award Requirements contract (Attachment B; A).

Dimension scores

Total - 15/100
Technical Fit - 1/20

Requirement is supply of medical devices (Non-Powered Patient Transfer Standing Aids) under NAICS 339113 and PSC 6515 (36C10X26Q0110.docx; Attachment B). This is outside Trace’s core capabilities (SATCOM, CDS, C5ISR/IT) per company_profile; no medical device manufacturing/distribution capability indicated.

Past Performance - 1/20

No evidence of Trace past performance with VA or medical equipment supply; Trace PP is DoD comms/IT (company_profile). Attachment E is a blank PP template and does not establish relevant PP.

Vehicles / Contract Access - 6/10

RFQ is unrestricted full-and-open (36C10X26Q0110.docx); no restricted vehicle barrier. Trace can access as an offeror, but no prime vehicle advantage applies.

Competitive Position - 1/15

Brand name or equal to Lopital Lotus with ISO 10535 and new OEM-only (Attachment B; 36C10X26Q0110.docx). Competition favors medical device OEMs/authorized distributors; Trace has no documented reseller status or differentiators in this lane.

Risk - 3/15

High execution risk for Trace due to lack of OEM authorization and medical device supply chain, ISO 10535 product compliance, and nationwide distribution/logistics demands (Attachments B, C, D). While schedule/classification are standard, capability gaps dominate risk.

Strategic Value - 1/10

VA medical equipment supply does not align with Trace’s strategic lanes; NAICS 339113 is listed as lower BD priority in company_profile. Limited to no strategic upside for core DoD/C5ISR growth.

Compliance - 2/10

Unrestricted set-aside fits eligibility, but compliance hurdles include supplying new OEM/brand-equal devices meeting ISO 10535 and likely OEM authorization (36C10X26Q0110.docx; Attachment B). No evidence Trace can meet these without substantial teaming.

Concerns

  • Lack of OEM/manufacturer authorization for Lopital or equal products.
  • Inability to meet ISO 10535 certification and salient characteristics with offered products.
  • Nationwide distribution and logistics for VA facilities may exceed current supply-chain posture.
  • Weak or non-existent relevant past performance references in medical devices may reduce evaluation score.
  • Tight RFQ response timeline relative to establishing teaming/authorizations.

Teaming opportunities

  • Authorized manufacturer/distributor of Lopital Lotus or compliant equal device meeting ISO 10535.
  • Medical equipment supply-chain partner with VA MSPV/national distribution experience.
  • Warranty/service and manuals support consistent with VAAR requirements.
  • Pricing partner able to meet 3% SLA and competitive market rates in this commodity lane.

Competitive position

  • Potential to leverage program management and nationwide logistics partners through teaming to meet delivery and reporting requirements.
  • Strong contract administration/invoicing discipline applicable to VA electronic invoicing processes.

Bid/No bid factors

  • Opportunity is outside Trace core capabilities; NAICS 339113 marked lower BD priority in company_profile.
  • Brand name or equal medical device requirement with ISO 10535 favors OEMs/authorized distributors.
  • No documented VA or medical equipment past performance.
  • Compliance depends on OEM authorization and certified products not in Trace portfolio.

Documents

Download all
36C10X26Q0110_2.docx Download
Summary

Amendment A0001 to solicitation 36C10X26Q0110 clarifies that the procurement is for an "NX EQ Non-Powered Patient Transfer Standing Aid," updates Attachments D (Price/Cost Schedule), F (Past Performance Questionnaire), and G (Template for Industry Questions) with A0001 versions, and records that Attachment G incorporates a response to an industry question. The document lists key administrative data: response deadline 04-10-2026 10:00 ET, PSC 6515, NAICS 339113, place of performance "Nationwide," and identifies the contracting office (Strategic Acquisition Center - Frederick) and point of contact (Anthony Zibolski).

  • Subject: NX EQ Non-Powered Patient Transfer Standing Aid (medical equipment / PSC 6515)
  • Solicitation: 36C10X26Q0110; Amendment: A0001 (supersedes Attachments D, F, G)
  • Response deadline: 04-10-2026 10:00 Eastern Time
  • NAICS code: 339113 (surgical and medical instrument manufacturing)
  • Place of performance: Nationwide
  • Contracting office: Strategic Acquisition Center - Frederick, VA; POC: Anthony.Zibolski@va.gov
  • Attachment D replaced: Price/Cost Schedule (A0001) — impacts pricing submission
  • Attachment F replaced: Past Performance Questionnaire (A0001) — affects PP submission format/content
  • Attachment G replaced: Template for Industry Questions (A0001) — includes government response to an industry question
  • Archive window: 60 days after response date
36C10X26Q0110.docx Download
Summary

Combined synopsis/solicitation RFQ (36C10X26Q0110) from VA Strategic Acquisition Center - Frederick for NX EQ Non-Powered Patient Transfer Standing Aid; commercial FAR Part 12 acquisition with attachments (A–G) that include product description, price schedule, and past performance forms. Response due 04-10-2026 10:00 ET; solicitation is unrestricted, place of performance is Nationwide, and delivery is FOB Destination with CLINs/quantities in Attachment D.

  • Solicitation/RFQ number: 36C10X26Q0110; subject: NX EQ Non-Powered Patient Transfer Standing Aid (VA-26-00037623)
  • Response deadline: 04-10-2026 10:00 Eastern Time
  • Agency / contracting office: Strategic Acquisition Center - Frederick, Department of Veterans Affairs; POC: Anthony Zibolski (Anthony.zibolski@va.gov)
  • Procurement type: Combined synopsis/solicitation for commercial products under FAR Part 12 (RFQ)
  • Set-aside: Unrestricted (open to all)
  • NAICS code: 339113; Product Service Code / Classification: 6515
  • Place of performance: Nationwide; delivery terms: FOB Destination (specific locations/dates set in individual orders)
  • Requirement: Only new OEM equipment acceptable; no refurbished/remanufactured/gray market items allowed
  • Pricing/CLINs: Refer to ATTACHMENT D – PRICE COST SCHEDULE for CLINs, quantities, units of measure
  • Other attachments for proposal prep: ATTACHMENT A (RFQ), B (Product Description / salient characteristics), C (Sales Reporting Tool), D (Price), E (Past Performance References), F (Past Performance Questionnaire), G (Template for Industry Questions)
  • Amendment A0001 referenced in opportunity metadata updates Attachments D, F, and G (attachments replaced by A0001 versions)
ATTACHMENT A_RFQ 36C10X26Q0110.pdf Download

Partially reviewed: Too large

Summary

Partial extraction (sections 1 and 5 of 8) of the SF-1449 RFQ attachment for RFQ 36C10X26Q0110; includes solicitation administrative pages, ordering/payment/invoicing instructions, key contract clauses (ordering, order limits, requirements, options), and VA-specific clauses on manuals and limitations on subcontracting. Review is limited to provided sections due to file size; remaining content not inspected.

  • Solicitation: RFQ 36C10X26Q0110 (SF-1449 format); Offer Due Date: 04-10-2026, 10:00 EDT
  • Procurement product/title: NX EQ Non-Powered Patient Transfer Standing Aid (Equipment Life Cycle Management Program)
  • NAICS: 339113; reported size: 800 employees
  • Place of performance / ordering method: Nationwide via Delivery Orders
  • Ordering clauses present: FAR 52.216-18 (Ordering), 52.216-19 (Order Limitations), 52.216-21 (Requirements); option to extend (52.217-9)
  • Payment/invoicing: Electronic invoice submission mandatory to VAFSC (Tungsten/Austin portal); invoices due within 30 days of delivery
  • Contract administration POC: Contracting Officer Anthony Zibolski (Anthony.Zibolski@va.gov; 202-664-6820); COR and Deputy PM listed as TBD
  • VAAR clause requiring equipment operation and maintenance manuals for CLINs 0001–4002 (hard copy/soft copy/electronic acceptable)
  • VA-specific limitations on subcontracting (VAAR 852.219-76) with manufacturer/nonmanufacturer representation and SDVOSB rules referenced
  • Solicitation incorporates FAR 52.212 series (Instructions, Evaluation, Commercial Terms) and lists required attachments including Price/Cost Schedule (Section B.9) and Past Performance Questionnaire
ATTACHMENT B_Product Description_36C10X26Q0110.docx Download
Summary

VA Product Description for a Non-Powered Patient Transfer Standing Aid seeking a VA-wide single-award requirements contract (base 12 months + four 12-month options) to supply Lopital® Lotus-equivalent standing aids (two CLINs) for use CONUS and OCONUS. The document lists detailed salient characteristics (SCs) and evaluation method (literature review) including dimensional, structural, safety, and certification requirements.

  • Procurement type: VA-wide (national) single-award Requirements contract for Non-Expendable equipment (Non-Powered Patient Transfer Standing Aid).
  • Period of performance: Base 12 months with four 12-month option periods.
  • Place of performance: Intended for VA medical centers and facilities CONUS and OCONUS (nationwide distribution).
  • Brand Name or Equal requirement: products must be equal to Lopital® Lotus line.
  • Contract Line Items: CLIN 0001 = Lopital 5900 8200 (Lotus Active Stand Aid); CLIN 0002 = Lopital 5900 8250 (Lotus Active Stand Aid, Compact).
  • Evaluation method: Literature review used to verify Salient Characteristics (SCs).
  • Key performance/safety requirements: ISO 10535 certification required (SC 11).
  • Weight capacity: Minimum 400 lb capacity specified for CLINs 0001 and 0002 (SC 13, SC 15).
  • Sizing and dimensions: Internal leg width at widest setting >= 29 in (SC 4); external leg width at narrowest setting <= 28 in (SC 5); designed user height limits (CLIN-specific SCs).
  • Design/usage constraints: No sling required for use or fall protection (SC 10); seat flaps swivel for entry/exit without forcing patient forward (SC 3); footplate and seat-flap transfer motion specified (SC 1).
  • Operator features: Base legs widen/narrow via foot control (SC 2); staff control handles and patient crossbar present (SC 6); casters near operator must have brakes/locking mechanisms (SC 9).
  • Durability/assembly: No parts removable without tools or manufacturer-designed knobs (SC 12).
  • Other fit-for-use requirements: Seat flaps and knee pads to be firm with cushioning (SC 7); legs max height 4 inches (SC 8).
ATTACHMENT C_Sales Reporting Tool_36C10X26Q0110.xlsx Download
Summary

Excel sales-reporting template for contract performance (FY2026) containing a 'Sales Report' sheet and a data sheet with per‑VISN/facility mappings and example numeric cells. Template includes fields for contractor, contract number, CLIN/SLIN, quantities sold by facility (up to 22 CLIN columns), and total/quarterly sales fields (currently zeroed); no pricing or technical specs are present. Place of performance is nationwide via VA facility list.

  • Document type: contractor Sales Reporting Tool (quarterly reporting template) for FY2026.
  • Fields present: Contractor, Contract Number, CLIN/SLIN, Description, Contract/Part Number, Price inclusive of SLA fee, and per‑facility Quantity Sold columns (CLINs 1.0–22.0).
  • Template includes Total Quarterly Quantity Sold and Total Quarterly Sales (both show 0.0 in the extracted template), indicating post-award sales reporting requirements.
  • Contains comprehensive VA facility mapping by VISN and facility code (VISNs 1–23 plus CMOP and Pacific/overseas entries), enabling per‑facility delivery reporting and invoicing reconciliation.
  • Place of performance / coverage: Nationwide (explicit listing of VA facilities across all VISNs and a Manila/Honolulu entry).
  • No technical specifications, delivery schedule, pricing, set-aside language, security/clearance requirements, or incumbent/teaming clues are included in this file.
  • Useful for later scoring: shows administrative/reporting obligations and distributed nationwide delivery footprint that would affect logistics and field service planning if awarded.
ATTACHMENT D_Price Cost Schedule_36C10X26Q0110 A0001.xlsx Download
Summary

Attachment D is the A0001 Excel price/cost schedule (Pricing template) for CLIN-level pricing; the provided sheet (titled 'NX EQ Cart Washer Disinfectors') lists line items for Lotus Active Stand Aid models with estimated yearly quantities and blank pricing fields for offerors to populate. The template includes columns for Proposed Unit Price across base year and four option years, a 3% SLA, Delivery Days ARO, and computed Total Evaluated Price fields (currently zero as a template).

  • Document: Attachment D Price/Cost Schedule (A0001) — pricing template to be completed by offerors.
  • Sheet header: 'NX EQ Cart Washer Disinfectors' (sheet name shown in extract).
  • CLIN items shown: Lopital 5900 8200 — 'Lotus Active Stand Aid' (UOM EA) with estimated quantity 225 for base and each option year.
  • CLIN item: Lopital 5900 8250 — 'Lotus Active Stand Aid, Compact' (UOM EA) with estimated quantity 25 for base and each option year.
  • Pricing structure: columns for Proposed Unit Price for Base Year and Option Years 1–4, with an SLA (3%) and 'Total Price (Unit Price plus SLA)'.
  • Template status: all unit prices and totals are zero/placeholders — offeror must enter prices.
  • Logistics/delivery: 'Delivery Days ARO' column present (delivery lead time required).
  • Quoter instructions: must enter OEM/Manufacturer name and part numbers for proposed or equivalent products; pricing in Pricing volume must correspond to items proposed in Technical volume.
  • Form instruction: '*OFFEROR IS TO COMPLETE ALL "YELLOW" HIGHLIGHTED SPACES' — indicates mandatory completion of highlighted fields.
  • Totals row present but shows zeros (template expects populated totals/evaluated price calculations).
ATTACHMENT D_Price Cost Schedule_36C10X26Q0110.xlsx Download
Summary

Price/cost schedule workbook for the solicitation listing CLINs for non-powered patient transfer standing aids (Lotus Active Stand Aid and Lotus Active Stand Aid, Compact) with estimated quantities, unit of measure, pricing fields, 3% SLA line-item, delivery Days ARO, and instructions requiring OEM or equivalent identification and alignment between Pricing and Technical volumes.

  • CLIN entries for patient transfer standing aids: 'Lotus Active Stand Aid' and 'Lotus Active Stand Aid, Compact'.
  • Estimated quantities per year: 225 units for Lotus Active Stand Aid (CLIN 1.0) and 25 units for Compact (CLIN 2.0) listed for Base Year and each Option Year.
  • Unit of Measure: EA (each).
  • Pricing fields include Proposed Unit Price per year, SLA (3%), and Total Price (unit price plus SLA) for Base Year and four Option Years.
  • Spreadsheet includes Delivery Days After Receipt of Order (ARO) column—delivery schedule requirement expected.
  • Instructions require offerors to complete highlighted fields, declare OEM manufacturer and part numbers for proposed or equivalent products (enter details starting at Column K), and ensure Pricing matches Technical volume (brand/equivalent must align).
  • Summary rows exist for Base Year Total and Option Year Totals and a Total Contract Value placeholder (all zeros in extracted snapshot), indicating multi-year contract structure with options.
ATTACHMENT E_Past Performance References_36C10X26Q0110.docx Download
Summary

Attachment E is a past performance reference template for solicitation 36C10X26Q0110 containing three blank reference entries. The document begins with the statement "No record of relevant or recent past performance" and includes standard fields (contract numbers, PO/PM contacts, NAICS, CPARS checkbox, description, performance) for each reference.

  • Attachment title: Past Performance References (Attachment E) for 36C10X26Q0110 — requester-provided template.
  • Document opens with: "No record of relevant or recent past performance." — indicates absence of pre-filled references in this file.
  • Provides three full reference-entry templates with fields: OFFEROR NAME; company who performed; relationship to offeror; role on contract; contracting organization; contract/task order number; contract type; award/total price; period of performance; contracting officer and program manager contact info; NAICS code; CPARS completed (Yes/No); description of requirement; performance narrative.
  • CPARS checkbox present — solicitation expects CPARS info where available.
  • No completed references or agency evaluation entries are present in the extracted content (file is blank template).
  • This file is required for offerors to populate past performance details; absence of filled references here is a potential demonstrating-lack-of-evidence risk for Past Performance scoring.
ATTACHMENT F_Past Performance Questionnaire_36C10X26Q0110 A0001.docx Download
Summary

VA Strategic Acquisition Center past performance questionnaire for solicitation 36C10X26Q0110 (Non-Powered Patient Transfer Standing Aid). The form requests reference contact information, contract identifiers, contract value and period, performance ratings across quality/schedule/cost/management/etc., and asks references to return the completed form to the contracting officer email provided.

  • Solicitation: 36C10X26Q0110 (Non-Powered Patient Transfer Standing Aid) — ties the questionnaire directly to this VA SAC procurement
  • Purpose: Past Performance Questionnaire to be completed by references for offerors — used in evaluation of proposals
  • Return instructions: E-mail completed form to Anthony.Zibolski@va.gov with subject including “36C10X26Q0110” — provides contracting officer contact for follow-up
  • Requested data: Contract number, period of performance, total contract value, options exercised — useful for establishing relevance and dollar-value similarity for past performance credit
  • Performance ratings: Quality, Schedule, Cost Control, Management, Utilization of Small Business, Regulatory Compliance — indicates evaluation criteria that will affect past performance score
  • Adverse actions checkboxes: Show Cause, Stop Work, Termination (Convenience/Cause/Default) — flags that negative contract actions will be captured
  • Overall recommendation field and signature required — references can provide binary recommendation information
  • Form is generic VA past-performance template tailored to this solicitation (A0001) — implies standard evaluation process and potential contact by evaluators for clarification
ATTACHMENT F_Past Performance Questionnaire_36C10X26Q0110.docx Download
Summary

Attachment F is the Past Performance Questionnaire for solicitation 36C10X26Q0110 (Non-Powered Patient Transfer Standing Aid). It requests reference contact details, contract identifiers (period, value, options), and ratings/comments across quality, schedule, cost control, management, small business utilization, and regulatory compliance to support offeror past-performance evaluation. Completed forms must be emailed to the contracting officer (Anthony.Zibolski@va.gov) with a specified subject line.

  • Solicitation: 36C10X26Q0110; procurement description: Non-Powered Patient Transfer Standing Aid (VA Strategic Acquisition Center).
  • Document purpose: Past Performance Questionnaire to collect reference ratings and narrative feedback for offeror evaluation.
  • Return instructions: Email completed form to Anthony.Zibolski@va.gov; subject line must include “36C10X26R0009.”
  • Requested reference data: reference name/title/contact, organization, contract number, period of performance, total contract value, whether options were exercised, and brief description of services/commodity provided.
  • Evaluation criteria enumerated: Quality, Schedule, Cost Control (note: not required for fixed-price), Management, Utilization of Small Business, Regulatory Compliance.
  • Includes yes/no flags for show cause/stop work/terminations and an overall recommendation section—useful for identifying adverse performance indicators.
  • No classification, clearance, place-of-performance, set-aside, or incumbent details included in this attachment; it is focused solely on past performance evidence gathering.
ATTACHMENT G_Template for Industry Questions A0001.xlsx Download
Summary

Attachment G is the industry-questions template (A0001) for this RFQ and includes a contracting officer response clarifying past-performance submission rules. The CO explicitly states previously submitted Past Performance Questionnaires (PPQs) cannot be reused for this procurement, but CPARS evaluations may be used in lieu of a PPQ.

  • Document type: Attachment G – Template for Industry Questions (A0001).
  • CO guidance: Previously submitted PPQs cannot be reused for this procurement.
  • CO guidance: If a CPARS evaluation exists for a referenced contract, a PPQ is not required — CPARS may substitute.
  • Implication for past performance: Offerors must obtain new PPQs from references unless CPARS records exist, increasing reference-burden planning unless CPARS available.
  • No programmatic details present (no vehicle, set-aside, place of performance, deadlines, or clearance info in this file).
  • Template structure provided (columns for RFQ section, document, page, paragraph/section, and question), indicating formal process for submitting industry questions to CO.
ATTACHMENT G_Template for Industry Questions.xlsx Download
Summary

Excel worksheet serving as Attachment G: a fillable template for industry questions to the Contracting Officer. It provides columns for company name, RFQ section, document reference, RFQ page, paragraph/section, and the question text to be submitted.

  • Purpose: standardized template for submitting formal questions to the Contracting Officer (Attachment G).
  • Fields captured: Company Name; Item number; RFQ Section (A–E); Document reference (e.g., PWS, RFQ Attachment A); RFQ page; paragraph/section; Question for Contracting Officer — useful for tracing clarifications to specific clauses/pages.
  • Procedural evidence only: contains no technical requirements, schedule, place-of-performance, set-aside, clearance, incumbent, or vehicle details; therefore it provides no direct scoring facts beyond existence of a formal Q&A process.
  • Usage implication: offerors expected to use a structured format for questions, which can be used later to map clarifications/CO answers to solicitation sections during bid preparation.
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 6573

Notice lineage:

  • 36f5db71c59d476795bd40d8cbc7b0b1 (posted 2026-04-02) - current
  • b7a01c114f214c2bbc5a25d08666c179 (posted 2026-03-30)

Last synced: 2026-04-07T14:38:17.781347+00:00

Last analyzed: 2026-04-03T16:24:47.351521+00:00

Latest package fingerprint: 30786a40e74e06c388ea1da77d6dbff28146c76e96cb83105788266262a03ad2

Latest package notice: 36f5db71c59d476795bd40d8cbc7b0b1

Latest package documents: 12

Evidence limitations
  • ATTACHMENT A_RFQ 36C10X26Q0110.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-03T16:20:10.819902+00:00: 36f5db71c59d476795bd40d8cbc7b0b1 with 12 docs
  • 2026-03-31T01:41:41.783175+00:00: b7a01c114f214c2bbc5a25d08666c179 with 8 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches