J065--Arjo Ceiling Lift Inspection, Maintenance, and Repair Brand Name Only
ID: 36C24425Q0521Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the inspection, maintenance, and repair of Arjo brand ceiling lifts at the Philadelphia VA Medical Center. The contract, identified as solicitation number 36C24425Q0521, requires service providers to perform comprehensive maintenance tasks, including annual inspections and immediate corrective actions, using original equipment manufacturer (OEM) parts to ensure compliance with safety and health regulations. This procurement is critical for maintaining operational readiness and safety in patient handling, reflecting the VA's commitment to high-quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals by April 7, 2025, with the contract expected to commence on April 17, 2025, and include four optional extension years. For inquiries, contact Contract Specialist Jeff Mann at jefferson.mann@va.gov or by phone at 717-202-5456.

    Point(s) of Contact
    Jeff MannContract Specialist
    (717) 202-5456
    jefferson.mann@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for the inspection, maintenance, and repair of Arjo brand patient ceiling lifts at the Philadelphia VA Medical Center. This solicitation, numbered 36C24425Q0521, is open for submissions until April 7, 2025, and requires that service providers be registered in the System for Award Management (SAM). The contract includes a base period from April 17, 2025, to April 16, 2026, with four optional extension years. The successful contractor will be responsible for all aspects of maintenance, including preventative and corrective measures, using original equipment manufacturer (OEM) parts. Specific tasks include annual inspections, routine maintenance, and immediate corrective actions for any equipment failures. The contractor must ensure compliance with safety and health regulations while maintaining documentation of services rendered. Additionally, the contract is unrestricted, allowing competition from all qualifying vendors. Responses must adhere to strict instructions outlined in the Performance Work Statement (PWS) and other accompanying documents. The approach prioritizes ensuring the safety and efficient handling of patients at the Philadelphia facility, reflecting the VA's commitment to providing high-quality care through well-maintained medical equipment.
    This document details an amendment and modification to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 4. The amendment primarily addresses updates to clauses based on recent Executive Orders regarding Equal Employment Opportunity and the definitions relating to women’s rights in the federal context. It removes certain clauses from the solicitation, specifically those related to the Prohibition of Segregated Facilities and Equal Opportunity, reflecting a shift in compliance terminology as per Executive Order 14168. Despite these changes, all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of the amendment in designated formats to ensure their proposals are considered. This document underscores the government’s ongoing commitment to align contractual terms with current legislative and executive standards affecting employment practices.
    The document is an amendment to a previously issued combined solicitation for inspection, maintenance, and repair services of Arjo Ceiling Lifts, designated as a "Brand Name Only" requirement. It is part of a solicitation from the Department of Veterans Affairs, specifically Network Contracting Office 4, with a response deadline set for April 7, 2025. The contracting officer's address is located in Pittsburgh, PA, while the place of performance is specified as the Philadelphia VA Medical Center. The amendment updates a specific clause (52.212-5) related to contract terms and conditions that implement statutes or executive orders concerning commercial products and services. The document emphasizes adherence to regulatory standards for the procurement process, particularly in the context of services for healthcare equipment utilized within veterans' facilities. The provided contact for inquiries is a contract specialist, Jeff Mann, and an attached document contains further details related to amendment modifications. This amendment reflects procedural updates critical to the successful acquisition and maintenance of medical equipment essential for veteran care.
    The document provides an inventory of patient ceiling lifts at the Philadelphia VA and Community Living Center. The inventory includes various models manufactured by Arjo and other companies, such as the Maxi Sky 600, Maxi Sky 1000, and Maxi Sky 2, along with their respective serial numbers and locations within the Main Hospital or Community Living Center. A total of 90 items are listed, predominantly featuring the Maxi Sky 2 model. The purpose of this inventory is to keep track of essential medical equipment used for patient care, which is crucial for the VA's operations in ensuring patient mobility and safety. Equipment is expected to change over the contract's duration, indicating a need for regular updates and management of the assets listed. This inventory forms part of a broader government initiative to effectively manage resources and comply with healthcare regulations, ensuring high-quality patient care within VA facilities. It demonstrates the commitment to maintaining the necessary support equipment essential for enhancing patient handling and safety in medical settings.
    The document outlines the commissioning procedures for ceiling-mounted patient lift systems at Veterans Affairs Medical Centers (VAMCs). It specifies essential components that must be inspected and verified for proper installation and functionality, emphasizing safety and operational readiness. Key areas of focus include the inspection of structural components, lift unit integrity, functionality of control systems, and maintenance checks for compliance with manufacturer requirements. Critical inspections include visual checks for cracks, proper fastening, and cleanliness of rails and tracks. The document mandates that all necessary training should be provided to staff on the use of the lifts. The final section details the process for the VA representative's approval to ensure all criteria are met before the lift can be used. Overall, the purpose of this document is to ensure that ceiling-mounted patient lifts are safely and effectively installed, with a structured approach to maintenance and user training, aligning with regulatory and operational standards in healthcare settings.
    The Department of Veterans Affairs seeks to justify a single-source award for the maintenance of overhead ceiling lift systems at the Philadelphia VA Medical Center, with a total expenditure not exceeding $250,000. The maintenance agreement involves annual inspections, safety testing, repair services, and on-site responses from certified technicians. Arjo is identified as the sole source capable of providing certified parts and services necessary for the proprietary lifts, due to safety and operational considerations outlined in VHA Directive 1611(1). Separate contracts for the 4 Handicare lifts would complicate the process without any financial benefits, since many components and services overlap with those provided for the 104 Arjo lifts. Market research supports Arjo and its subsidiary, Emeritus Clinical Solutions Inc., as capable vendors, but consolidating services into one contract is deemed more efficient. The justification emphasizes that transitioning to multiple vendors would increase costs and disrupt patient care, reinforcing the recommendation for a single-source award to maintain operational continuity and uphold patient safety standards during ongoing renovations at the medical facility.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    6515--Patient Ceiling Lifts
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide 251 patient ceiling lifts for the Malcom Randall VA Medical Center in Gainesville and the Sergeant Ernest I. "Boots" Thomas VA Clinic in Tallahassee, Florida. The procurement includes 235 standard lifts and 16 bariatric lifts, which must meet specific compatibility and performance criteria, including a weight capacity of up to 1,000 lbs for bariatric lifts and a service life of at least 10 years or 22,500 cycles. These lifts are crucial for enhancing patient care and safety within the medical facilities. Interested vendors should note that the RFQ closing date has been extended to December 24, 2025, at 4:30 PM EST, and are encouraged to direct any questions to Contract Specialist Cesar O Sanchez Amaro at Cesar.SanchezAmaro@va.gov.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    H339--NEW (BASE PLUS FOUR): Elevator Inspections (695 MILWAUKEE)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking vendors capable of providing elevator inspection and testing services for the vertical transportation system at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This procurement is structured as a firm-fixed-price contract with a base year and four option years, aimed at ensuring the safety and reliability of the medical center's elevator systems. Interested vendors are invited to submit a capability statement, including their DUNS number and business details, by December 15, 2025, at 2:00 PM Central Time. For further inquiries, vendors can contact Contract Specialist Makena James at Makena.James@va.gov or by phone at (414) 844-4871.
    Emergency Medical Air and Vacuum Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement involves comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is critical for ensuring efficient patient flow and operational effectiveness within the medical facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four optional one-year extensions. Interested parties can reach out to Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.