Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2026 SAM #8859
SPECIAL NOTICE

71 -- behavioral health furnishings and millwork

Notice Date
2/25/2026 11:49:34 AM
 
Notice Type
Justification
 
NAICS
337212 — Custom Architectural Woodwork and Millwork Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526P0268
 
Archive Date
03/11/2026
 
Point of Contact
Alison Klein, Contracting Officer, Phone: (304) 623-3461 x4143
 
E-Mail Address
alison.klein@va.gov
(alison.klein@va.gov)
 
Award Number
36C24526P0268
 
Award Date
03/02/2026
 
Awardee
JPL & ASSOCIATES, LLC SARASOTA 34238-3130
 
Award Amount
729050.95000000
 
Description
DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID:_36C245-26-AP-1861__________________ 1. Contracting Activity: Network Contracting Office 5 for Department of Veterans Affairs, VISN 05, Washington, DC, 20422. 2. Nature and/or Description of the Action Being Approved: The proposed solesource purchase order for the Washington, DC., VA Medical Center inpatient Behavioral Health Unit, 3DE. The proposed contractor is JPL, an SDVOSB, working with CORTECH behavioral health furnishings, an American-made small business and Artisan Display millwork manufacturers, an American-made VOSB. 3. Description of Supplies/Services Required to Meet the Agency s Needs: Department of Veterans Affairs, VISN 05, Washington, DC, 20422. has a requirement for Behavioral Health furnishings and millwork. Upon OIG investigation, there were deficiencies noted in both the furnishings and the radiator coverings in the patient rooms and day room. The findings were subsequently placed on a waiver; however, the waivers are no longer in effect, and it is not feasible to apply for another. It is required that a turn-key product be procured to resolve all safety and compliance issues in the Behavioral Health unit. This turn-key product will provide all patient furnishings, including beds, chairs tables and storage, with the capability of being either bolted or weighted, as well as millwork for the wall cladding along the beds to provide a secure attachment to the walls, and molded heater covers with MHEOC compliant holes of 3/16 or less, and a MHEOC compliant access panel. The entire project shall be laser measured, designed and installed to have no ligature points, no access for the secreting of contraband, and minimal gaps for grouting. All surfaces are to be cleanable to infection prevention standards with the hospital standard cleaners. All furnishings shall be comfortable and pleasing to the eye, and provide a calm, secure atmosphere. 4. Statutory Authority Permitting Other than Full and Open Competition: ( ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by RFO 6.103-1; ( x ) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by RFO 6.103-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by RFO 6.103-3; ( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by RFO 6.103-4 ( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by RFO 6.103-5; ( ) (6) National Security per 41 USC §3304(a)(6) as implemented by RFO 6.103-6; ( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by RFO 6.103-7; 5. Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The Washington, DC VA Medical Center Behavioral Health unit on 3DE, has been cited by the OIG for failure in their behavioral health furnishings and the heater units. The unit was noted to have bed closures due to the failure of the previous laminate furnishings, which had peeled and allowed water, soil and pests to intrude. Additionally, the laminate was splintering, causing the potential for ligature points. These laminate furnishings were not designed to withstand the level of use and abuse, either intentional or not, that furniture in a behavioral health unit is subject to. The need is to purchase MHEOCC-compliant furnishings that meet the goals of the behavioral health patient care program with the shortest lead time possible to meet the requirement. The OIG also cited the Behavioral Health unit for the radiator induction unit covers were the original 1965 covers, and do not comply with the MHEOC requirements for holes to be 3/16 or less to prevent a potential Ligature point. At some point in the past, screens had been placed behind the holes but are now clogged with dirt and pose an infection control risk. Additionally, the radiator covers do not extend to the length of the walls, leaving a gap next to the patient bed that was built in with the laminate, but is also deteriorating, leaving potential ligature points and contraband spaces. The same issue goes for the aged walls, which have, over the years, settled and become uneven. This made it impossible to install a squared-off bed next to the wall without leaving large gaps. The solution was to place wall cladding along the beds in the same laminate, however, as with the other laminate furniture, the deterioration has set in, and the gaps require increasingly large areas of caulking, which is both a safety and infection control hazard. The solution to these problems is to find a turn-key solution that can address all of the above; the MEHOC-compliant furnishings, the MHEOC-compliant radiator coverings, the MHEOC-compliant wall cladding, the MHEOC-compliant wall gap enclosures. All furnishings should be rotationally molded, weighted or floor-bolted, the wall-cladding should be 3D-laser measured to minimize gaps, the radiator holes should be 3/16 or less, the radiator covers should have MHEOC-compliant access panels, the composition of all cladding and radiator covers should be solid surface. All of the above must be implemented within the shortest lead time available. Based on extensive market research, it was determined that limited competition is viable for this turnkey solution to the OIG findings. 6. Description of Efforts Made to ensure that offers are solicited from as many potential sources as possible (including whether a notice was or will be publicized as required by RFO Part 5 and, if not, which exception under RFO Part 5 applies): Market Research was conducted by the Subject Matter Expert of the Washington, DC, VA Medical Center. A direct visual examination of multiple Behavioral Health furniture product lines at the Center for Health Design Conference. Seven different manufacturers products were examined, and their literature reviewed. FMS Services investigated several manufacturers for repair of the heater covers. 7. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: Market Research has determined that the price is fair and reasonable. 8. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market Research was conducted by a visual examination of multiple Behavioral Health furniture product lines by the SME, the Supervisory Interior Designer of the Washington, D.C., at the Center for Health Design Conference. Seven different manufacturer s products were examined, and their literature reviewed. After reviewing multiple Behavioral Health Furnishings, a manufacturer was selected by the interdisciplinary team composed of: Executive Leadership representation, Behavioral Health providers and staff, Environmental Management leadership and staff, Infection Prevention Nurses, Nursing Leadership, Facilities Management. Facilities management was present to represent the portion of the project that includes the integration of necessary improvements to the heating systems and the wall cladding. FMS Services investigated several manufacturers for repair of the heater covers, but the repair solution was for simple metal covers that did NOT include wall to wall coverage and was cost prohibitive. The Vendor is JPL Associates, an SDVOSB VHA vendor with extensive experience in contracting and project management of installations in VA medical centers, including Washington, DC. VA medical center. The partner furnishing manufacturer is Cortech, an American-made, behavioral health furnishings certified small business, with many years of experience in both behavioral health and corrections, including several VA facility installations in their portfolio. Cortech is manufactured in Illinois, USA, and has the fastest turn-around time in the industry from four to six weeks. Their MHEOC-compliant Summit Series behavioral health furnishings are ergonomically designed for comfort and are composed of rotationally molded polyurethane for both durability and ligature resistance. This series won the Nightingale Innovation Award at the Healthcare Design Conference in 2025. The Veldura finish is designed to provide additional comfort while remaining cleanable with hospital-grade solutions for infection prevention. The delta-shaped tabletops are designed to support group interaction while ensuring staff is able to maintain clear line of sight. The tabletops are composed of ½ Corian solid surface for durability and cleanability. The Endurance 2.2 bed is a MHEOC-compliant, one-piece, rotationally molded bed designed for durability, safety, and infection prevention. It has no ligature points or contraband-secreting locations and can be cleaned with any hospital-grade cleaning solution. All of the above furnishings are able to be both weighted down and/or bolted to the floor for safety in the behavioral health environment. The millwork partner manufacturer is Artisan Display, an American-made VOSB, an American Woodwork Institute Quality Certified Program, also with extensive experience in both behavioral health and corrections, and several VA facility installations in their portfolio. Several stand-out features in this manufacturer s demonstration include a measurement system based 3-D surround laser measurement for the most precise measurements in the industry. This is critically important due to the aged walls and floors of the Medical Center where the nonconformities can create gaps and crevices for contraband or dirt and pests to enter. This measurement system will be applied to ½ thick Corian solid surface to ensure the wall cladding and heater covers will adhere securely with the smallest gaps possible. The Corian solid surface heater covers will meet MHEOC requirements with 3/16 holes and a MHEOC-compliant, tamper-resistant access panel. The Corian solid surface product will be measured, designed, engineered and manufactured in Artisan s Pennsylvania facility, and will be transported in their own trucks to the Washington, DC., Medical Center. This proximity to the medical center will allow the millwork manufacture timeframe to coincide with the furniture manufacture to provide the rapid turn-around desired by OIG. 9. Any Other Facts Supporting the Use of Other than Full and Open Competition: Statute authority codified at 38 U.S.C. 8127(b), (c), and (d), and provides the authority for VA contracting officers to make awards to SDVOSBs/VOSBs using restricted competition. 10. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Pineapple 11. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: No actions are planned as this is a one-time purchase. 12. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/04c274dd40a34fe99c03780dc6866b1a/view)
 
Record
SN07726407-F 20260227/260225230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.