Z1DA--Install Patient Lifts 578-15-001
ID: 36C25225B0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.

    Point(s) of Contact
    Donita L GraceContractor
    donita.grace@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for Project 578-15-001, which entails the installation of patient lifts in multiple locations at the Edward Hines Jr. VA Hospital in Hines, IL. The work requires the contractor to provide all necessary labor, materials, and equipment to complete the installation within 432 calendar days after receiving the Notice to Proceed. The estimated project cost ranges between $2,000,000 and $5,000,000, with a specific focus on utilizing service-disabled veteran-owned small businesses (SDVOSB) as per federal mandates. Interested contractors must submit their bids in sealed envelopes by 1:00 PM CST on April 3, 2025. A site visit is scheduled for March 5, 2025. The bid will be awarded to the responsible bidder who submits the lowest responsive bid, and bidders must also provide a bid guarantee and proof of compliance with safety and environmental regulations. Furthermore, the document emphasizes that the project is exempt from relevant state sales taxes for incorporated materials, demonstrating the government's commitment to supporting veteran-owned firms while enhancing healthcare facilities.
    The Department of Veterans Affairs has issued a presolicitation notice for the installation of ceiling-mounted patient lifts at Edward Hines Jr. VA Hospital in Hines, IL, under solicitation number 36C25225B0011. The project, designated as 578-15-001, involves installing permanent lifts in designated buildings, with specific requirements detailed in provided specifications. Contractors are required to perform site inspections and document existing conditions prior to beginning work, adhering to a performance timeframe of 432 days following issuance of a Notice to Proceed (NTP). This procurement is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with the estimated construction cost ranging from $2,000,000 to $5,000,000. Interested vendors are encouraged to attend a pre-bid conference planned for early March 2025 and must verify their eligibility as SDVOSB and compliance with size standards. The solicitation documentation will be available online approximately in mid-February 2025.
    The document is an amendment (A0001) to solicitation number 36C25225B0011 concerning the installation of patient lifts at multiple locations, specifically the Edward Hines Jr. VA Hospital. It sets forth important updates regarding the proposal process, including a site visit scheduled for March 5, 2025, between 8:00 A.M. and 4:00 P.M. Participants must gather at Room 126, Building 2 of the hospital campus, and the site visit will cover various locations throughout the campus. Proposals are due by April 3, 2025, at 1:00 P.M. CST. All inquiries regarding the solicitation need to be directed to Donita Grace via email. The amendment specifies that all contractors must acknowledge receipt of amendments on the designated form. The overall purpose of the document is to clarify the solicitation conditions and timeline for contractors engaged in the bidding process for the patient lift installation project, emphasizing adherence to formal procedures.
    The document outlines the Statement of Work (SOW) for the installation of 60 permanent ceiling-mounted patient lifts across multiple buildings at the Edward Hines Jr. Veterans Affairs Hospital. The project addresses current safety concerns since existing portable lifts are inadequate for patient transfers, increasing risks to patients and staff. Key objectives include adhering to designs and specifications, coordinating construction to minimize disruption to hospital operations, and ensuring compliance with safety and infection control measures. The contractor is required to provide comprehensive planning documentation, manage the project in 10 phases, and adhere to strict performance and reporting requirements. The timeline for completion is 432 days post-Notice to Proceed, emphasizing a commitment to maintaining high safety and operational standards throughout the process. The project exemplifies the VA's dedication to improving patient care environments while strategically managing construction within active healthcare settings.
    The VHA Pre-Construction Risk Assessment (PCRA) document serves as a foundational template for evaluating safety risks associated with construction, renovation, and maintenance activities within Veterans Health Administration (VHA) facilities. It establishes minimum categorization criteria for activity types, outlining control measures to protect patients, employees, and contractors from potential hazards. The PCRA emphasizes the necessity for comprehensive communication and coordination plans, particularly in areas adjacent to the construction site, to mitigate disruptions. Activities are classified into three types—Inspection/Upkeep, Small-Scale, and Large-Scale—each with specified precautions that must be implemented prior to commencing work. Importantly, the PCRA is non-infection-related and should be used alongside the Infection Control Risk Assessment (ICRA) where applicable. The document culminates with a fillable permit, which acts as an authorization for displaying at the construction site, ensuring all safety measures are explicitly identified and communicated. This template underscores VHA’s commitment to preserving safety standards while executing construction activities, reflecting adherence to regulatory requirements and risk management protocols.
    The document outlines a proposal to install patient lifts across multiple locations within a healthcare facility, specified under project number 578‐15‐001. It categorizes the project as "Small Scale" and provides a detailed compilation of various areas, their purposes, and relevant points of contact. The table indicates whether Infection Control Risk Assessment (ICRA) protocols are required for each location, with several rooms marked as requiring ICRA, particularly those related to surgical recovery and specific treatment rooms. The document emphasizes patient safety and operational efficiency in rehabilitation services. Ultimately, this project aims to enhance patient mobility management within the facility, highlighting the federal priority of improving healthcare services through targeted grants and resource allocation.
    The document outlines the plans for installing patient lifts at the Edward Hines Jr. VA Hospital as part of a construction project (Project Number 578-15-001). The project encompasses detailed construction documents, phasing notes, and various floor plans, emphasizing safety protocols such as infection control and modifications to existing structures. It necessitates demolishing pre-existing railings and installing new support systems while coordinating with hospital operations to minimize disruption. The drawings illustrate required changes in multiple hospital buildings, highlighting specific rooms designated for lift installations. Comprehensive coordination among contractors and adherence to federal regulations for construction standards are underscored throughout the documentation. Importantly, the project illustrates the VA's commitment to enhancing patient care by improving facility accessibility through the integration of modern equipment. Key contacts for the project are provided to ensure smooth communication and cooperation among all involved parties.
    The VHA Infection Control Risk Assessment (ICRA) template outlines essential procedures for evaluating infection control measures during construction, renovation, and maintenance activities in VHA facilities. The template categorizes activities into four levels (A to D) based on their scope and potential infection risks. Facilities must identify the activity type, affected areas, and patient risk categories before determining the necessary infection control precautions, categorized into four levels (I to IV). Higher-risk activities necessitate heightened infection control measures, including negative air pressure systems and protective barriers. In addition, strict protocols are established for cleanliness, material handling, and HVAC system management during and after construction. This comprehensive approach underscores the VHA's commitment to patient safety and infection prevention during facility modifications, ensuring compliance with established health standards.
    The VHA Infection Control Risk Assessment (ICRA) document outlines protocols for assessing infection control risks associated with construction, renovation, and maintenance activities within healthcare facilities. It establishes a structured approach using categorized activity types (A, B, C, D) that determine the level of infection precautions based on the patient risk category (Low, Medium, High, Highest). The document emphasizes customizing the assessment template for site-specific needs while adhering to minimum precautions outlined in various tables for effective infection control. Key steps include identifying activity categories, affected areas, patient risk levels, and corresponding control measures that must be implemented before, during, and after the activity. These measures include controlling dust, maintaining negative air pressure, and ensuring thorough cleaning upon completion. The document stresses safety, compliance, and the importance of preventing infection during facility upgrades, reflecting the VA’s commitment to patient safety and effective environmental management during construction activities.
    The ICRA Compiled Project List outlines the installation of patient lifts at multiple locations within healthcare facilities, categorized by their respective risk levels. The list includes various areas requiring attention, such as surgical recovery rooms, patient rooms, and therapy spaces. Each entry provides details about the specific building and floor, the type of service area, the point of contact along with their contact information, the assessed risk category for patient safety, and the activity category of the project. Most areas listed fall under a "High Risk" patient category, particularly focusing on spaces like surgical recovery and intensive care units, indicating the project's priority in enhancing patient care and safety. The structured format enables easy access to crucial information regarding contacts and risk assessments, which is essential for managing patient safety and compliance within healthcare operations. This project demonstrates the organization's commitment to improving healthcare services through necessary upgrades, particularly in high-risk areas.
    The document outlines the Interim Life Safety Measures (ILSM) Standard Operating Procedure (SOP) implemented at the Edward Hines Jr. VA Hospital. Established to ensure patient and personnel safety during construction projects, the SOP details the administrative actions required to address significant hazards linked to Life Safety Code deficiencies. Key responsibilities include developing, enforcing, and evaluating ILSM policies, conducting pre-construction assessments, and ensuring compliance with fire safety standards. Specific ILSMs include maintaining unobstructed exits, ensuring functional fire suppression systems, and conducting regular safety inspections. Safety personnel are mandated to provide training and daily site inspections during construction, while various supervisory roles are assigned to facilitate documentation and communication of safety measures. The SOP highlights the importance of training and fire drills to maintain awareness of fire hazards amid construction activities. This structured approach aims to mitigate risks and enhance safety, reflecting the hospital's commitment to regulatory compliance and patient welfare during operational changes.
    The document outlines key specifications for maintaining controlled environments in certain facilities utilizing various monitoring and equipment systems. It discusses the installation of a Dwyer DigiMag manometer on an edge guard, which is designed to provide accurate measurements of room pressure by ensuring that the poly connection is established on the positive side. Additionally, it emphasizes the operation of a HEPA filter machine, which is crucial for pushing air out of the room effectively. The content underscores the importance of air pressure regulation and filtration, likely in the context of compliance with infection control practices or environmental safety protocols. This technical detail is significant for proposals related to health and safety in public institutions, aligning with various federal and local regulations regarding air quality and operational standards in controlled settings.
    The Edward Hines Jr. VA Hospital is implementing a new smoking policy to promote a healthier environment, effective October 1, 2019. This policy prohibits all forms of tobacco use on the VA campus, including cigarettes, cigars, pipes, chewing tobacco, and vaping devices, impacting patients, visitors, contractors, and employees. Those who fail to comply may face federal citations. The hospital encourages veterans to refrain from bringing tobacco products and provides storage options for certain areas due to fire safety concerns with oxygen and other gases. The facility offers support for veterans looking to quit tobacco, with resources available through their Primary Care Team. This initiative underscores the VA's commitment to maintaining a safe and health-focused environment for all individuals on campus.
    The document pertains to the wage determinations for various construction projects in Cook County, Illinois, issued under the Davis-Bacon Act. It outlines the required minimum wage rates and fringe benefits for multiple trades involved in building, heavy, highway, and residential projects. Specifically, it references Executive Orders 14026 and 13658, depending on the award date of the contracts, specifying wage rates for labor categories such as electricians, laborers, carpenters, and heavy equipment operators. Wages vary by job classification, with detailed information provided for skilled trades like ironworkers and plumbers, alongside laborers for demolition, tunneling, and more. The wage determination reflects state and federal standards, ensuring fair compensation and compliance with worker protection laws. Additionally, it highlights employer obligations regarding paid sick leave and holiday benefits, including an appeals process for wage determination decisions. This document serves as an essential resource for contractors participating in federal and state-funded projects, ensuring adherence to labor standards and promoting equitable pay practices.
    The Edward Hines Jr. VA Hospital is initiating a project to install patient lifts across various rooms within the facility. The contract, identified as Project # 578-15-001, mandates the comprehensive preparation of the site by the contractor, including demolition, installation of approximately 56 patient lift systems, and necessary electrical work. Each lift will accommodate a 600-pound capacity, with two installations for 1,000-pound systems. Key requirements include adherence to safety protocols, maintaining security compliance, and facilitating the hospital’s continuous operations during construction. Contractors must submit a project schedule and ensure coordination with hospital staff to minimize disruption. A thorough logistics plan detailing personnel, material storage, site security, and utilities management is required prior to work commencement. All work must align with the VA's standards for safety and infection control. This project emphasizes the VA's commitment to enhancing patient care facilities, ensuring operational continuity, and upholding stringent safety and security measures throughout the installation process. The contractor will be responsible for restoration and clean-up post-installation, thus ensuring the site is left in a satisfactory condition.
    The provided file outlines various parking lots and their designations across multiple states, including Tennessee, Iowa, Indiana, Texas, Oklahoma, and Florida. It lists several specific locations, such as North Parking Lot B, South Lot F, Visitor Parking at Bldg 2, and other areas. Each parking lot appears to be categorized by type (e.g., visitor parking, shop parking) and location (e.g., Bldg 16, East Lot D). The document serves as a directory for these parking facilities, likely intended for use in the context of federal RFPs, grants, or local government initiatives that may require clarity on parking availabilities for projects or events. The structure consists of concise location names under distinct categories, reflecting an organizational approach to managing parking as part of broader municipal or federal planning. This summary identifies the main purpose of the document as a resource for understanding parking lot designations and their relevance to governmental operations, possibly informing proposals or funding applications related to transportation or infrastructure improvements.
    The 2025 Engineering Service Project Planning Contractor Fingerprint Request Form is a document required for applicants seeking various positions within the Department of Veterans Affairs (VA). It outlines the procedures for submitting identification and personal details necessary for background checks and security clearance. Applicants must bring two original identification documents and fill out specified fields relating to their identity, including name, social security number, citizenship, and project details. The form distinguishes between different applicant categories, such as employee, contractor, and volunteer. It includes essential identification criteria, listing acceptable primary and secondary forms of ID, while also specifying documents that will not be accepted. Additionally, applicants are required to declare any previous federal employment and other pertinent background information that may affect their eligibility for hiring. The overarching purpose of this document is to ensure thorough vetting of individuals before they engage in VA contracts or employment, highlighting the importance of security protocols in federal engagements. The detailed requirements emphasize correct identification and verification processes necessary to comply with federal employment standards.
    The Pre-Construction Checklist outlines essential procedures for contractors involved in a U.S. Government project, emphasizing the authority of personnel, progress reporting, and safety protocols. Key points include that the Contracting Officer holds the sole authority to bind the government, while the VA Project Manager oversees technical supervision without altering contract terms. Contractors must submit cost schedules and progress charts within ten days of receiving the Notice to Proceed, ensuring compliance with performance standards. Payments are made monthly based on completed work, and all safety regulations must be adhered to, with the VA Safety Officer empowered to halt work for safety violations. Changes to the project scope can only be initiated by the Contracting Officer, requiring formal requests from contractors. Furthermore, subcontractors must be approved based on their past performance. The document underscores the importance of protecting the worksite and ensuring accurate payroll reporting, essential for maintaining labor standards. Overall, this checklist serves to facilitate compliance and clarity throughout the construction process, ensuring accountability and safety.
    The VA Hospital's Policy Memorandum 578-12-138A-076 (R-2) outlines protocols for ensuring safety and health during construction activities at the Edward Hines Jr. VA Hospital. It emphasizes protecting patients, staff, visitors, and contractors from the hazards associated with construction in occupied areas. The revised policy designates specific responsibilities to various engineering sections and the Construction Safety Committee, mandating regular training, inspections, and the implementation of infection control measures. Key revisions include updated training requirements, the establishment of a Construction Safety Committee, and the definition of construction activities. The memorandum ensures that preconstruction risk assessments and ongoing monitoring of construction sites comply with health and safety regulations. It integrates environmental considerations, requiring contractors to follow waste management protocols and report on their waste diversion efforts. This directive reflects the VA's commitment to minimizing construction-related risks while maintaining regulatory compliance, efficiency, and environmental stewardship throughout the construction process.
    The VA Hospital's Policy Memorandum 578-03-001-089 (R-2) outlines procedures for cutting, welding, and other hot work operations to prevent fire hazards in non-designated areas. The memorandum specifies designated areas for these tasks within Facilities Management Services and prohibits hot work under conditions like the presence of flammable atmospheres or when sprinkler systems are impaired. A cutting, welding, and hot work permit must be obtained to conduct operations in non-designated areas, ensuring safety measures are in place. Responsibilities are assigned to various personnel, including the Safety Section, Facilities Management Service chief, and contracting officers, to maintain compliance and provide oversight throughout the process. The memorandum emphatically underscores the importance of safety training, supervision, and precautionary measures during such operations. Furthermore, it prescribes a systematic approach to logging permits and ensuring thorough inspections post-work to ensure fire safety. This policy reflects the VA's commitment to upholding safety standards in hot work operations and is subject to re-certification to maintain its relevance.
    The VA Hospital's Policy Memorandum 578-12-138A-079 outlines procedures regarding above ceiling entry and wall construction permits to uphold infection control and fire safety standards during maintenance activities. It emphasizes that Facilities Management Service (FMS) and contractors must obtain permits for any work above ceilings or involving walls that might affect patient safety. The policy mandates the completion of risk assessments for contamination, implementation of mobile containment systems when necessary, and adherence to infection control protocols. Responsibilities are clearly defined for FMS, service chiefs, contractors, and contracting officer representatives (CORs) to ensure compliance, proper documentation, and training concerning infection control measures and fire safety standards. The memorandum specifies the standards of practice for various levels of construction activities (Types A-D) based on the potential risk to patient care areas. Overall, the policy aims to protect patients by establishing rigorous guidelines for maintenance and construction work in sensitive environments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N065--Replacement of Patient Ceiling Lifts
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for the replacement of Patient Ceiling Lifts at the James A. Haley Veterans' Hospital (JAHVH) in Tampa, Florida. This procurement aims to install modern ceiling-mounted patient care lifts in inpatient units, enhancing the quality of care for veterans by facilitating safer patient transfers and repositioning. The selected contractor will be responsible for comprehensive services, including design, installation, and removal of outdated equipment, with specific requirements such as a lift capacity of at least 600 lbs and compliance with VA seismic guidelines. Interested parties must submit their company information and capabilities by March 12, 2025, at 12:00 PM EST, to the contracting officer, Jose E. Ortiz-Velez, via email at Jose.Ortiz-Velez@va.gov.
    6530--691 | CEILING PATIENT LIFT
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for a ceiling patient lift system, specifically the Guldmann GH3+, through a combined synopsis/solicitation process. The procurement aims to acquire a patient lift capable of supporting up to 880 lbs, along with installation services and engineering support, all in compliance with specified technical standards. This equipment is crucial for enhancing patient care capabilities within the VA healthcare system. Interested vendors must submit their quotes electronically by March 21, 2025, at 2:00 PM PDT, and ensure compliance with federal regulations, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Contract Specialist Erica D. Perry-Johnson at erica.perry-johnson@va.gov or by phone at 702-241-1225.
    6515--Patient Ceiling Lifts Guldmann Inc. Brand Name
    Buyer not available
    The Department of Veterans Affairs is seeking to award a Sole Source contract to Guldmann Inc. for the supply and installation of ceiling-mounted patient lifts at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement specifically requires Guldmann Inc. brand equipment due to its unique capabilities, which have been validated through market research in compliance with FAR 6.302-1. The initiative is crucial for enhancing patient care infrastructure, as the installation will involve equipping four designated care rooms with systems that meet stringent technical and safety standards, including OSHPD certification and adherence to various life safety and building codes. Interested parties can reach out to Contract Specialist James W. Craig at james.craig1@va.gov or by phone at 713-791-1414 x020807 for further details.
    6515--PATIENT HANDLING CEILING LIFTS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Patient Handling Ceiling Lifts for the Boise VA Medical Center in Idaho. The procurement requires that participants be original equipment manufacturers, authorized distributors, or authorized resellers, with firm-fixed price quotes for equipment, installation, and training. This acquisition aims to standardize patient handling equipment, enhancing safety and efficiency for mobility-challenged patients in medical settings. Interested parties must submit their responses by March 10, 2025, at 10:00 AM PT, and can direct inquiries to Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    6530--Equipment, DENALI Power-Driven Mobile Patient Lifts, NIHCS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Denali Power-Driven Mobile Patient Lifts and related accessories under solicitation number 36C25025Q0338, exclusively set aside for small businesses. The procurement aims to acquire various models of Denali lifts that meet specific technical requirements, including patient sling compatibility for weights up to 600 pounds, under-bed clearance, and emergency lowering features. These mobile patient lifts are crucial for enhancing patient care and mobility within VA facilities. Interested vendors must submit their quotes by March 12, 2025, and direct any inquiries to Contract Specialist Alice Clark at alice.clark@va.gov by March 5, 2025.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project, identified as 556-23-101, involves extensive construction work, including compliance with health and safety standards, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe, functional environment for veterans. Interested contractors must submit their bids by March 20, 2025, at 10:30 AM CDT, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the construction renovation of the Sterile Processing Services (SPS) at the Jesse Brown VA Medical Center in Chicago, Illinois, under Project No. 537-17-115. This multi-phase project aims to enhance the facility's operational efficiency and safety through extensive remodeling, including HVAC system upgrades, plumbing, and stringent infection control measures. The initiative is critical for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving patient care environments. Interested contractors must submit their bids by March 17, 2025, with a pre-bid site visit scheduled for February 24, 2025. For further inquiries, contact Contracting Officer Stacy G Hoover at Stacy.Hoover2@va.gov.
    J065--Sources Sought Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance services for Hillrom Beds and Golvo Lifts at the Phoenix VA Health Care System. The procurement aims to establish a contract for corrective and preventive maintenance, with a base year and options extending up to five years, totaling an estimated value of $34 million. This maintenance is crucial for ensuring the reliability and functionality of medical equipment used in veteran healthcare facilities. Interested vendors, particularly small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov for further details and to ensure compliance with the necessary vendor registration and documentation requirements.