6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
ID: 36C24626Q0199Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting quotes from Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors for the procurement and installation of Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Healthcare System, Cottage 72 Activation. The project entails replacing existing patient lifts with new, higher-capacity ceiling lifts, which are critical for enhancing patient mobility and safety within the facility. Interested contractors must attend a mandatory site visit on January 7, 2026, and submit their quotes by 9:00 a.m. on January 22, 2026. For further inquiries, contractors can contact Chellry A. Whittier at chellry.whittier@va.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award consideration.

    Point(s) of Contact
    Chellry A WhittierContract Specialist
    chellry.whittier@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 6, has issued an amendment to solicitation 36C24626Q0199 for Service-Disabled Veteran Owned Small Business (SDVOSB) contractors. The solicitation is for the procurement and installation of Guldmann (Brand Name or Equal) Patient Ceiling Lifts for the Cottage 72 Activation at the Fayetteville Coastal VA Healthcare System in Fayetteville, NC. This amendment provides crucial Point of Contact (POC) information for a mandatory site visit scheduled for January 7, 2026, from 10:00 a.m. to noon. Only one site visit will be conducted, and attendance is required for eligibility for award. Offerors must be registered in the System for Award Management (SAM) and the SBA DSBS database (if applicable for SDVOSBs). The NAICS Code is 339113, with a small business size standard of 800 employees. Quotes are due by 9:00 a.m. on January 22, 2026.
    This government solicitation, 36C24626Q0199, issued by the Department of Veterans Affairs, outlines the requirement for a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, Cottage 72. The project involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs. and 825 lbs. WiFi, CLM, with 3-year warranty for parts and 5 years for batteries) in ten patient rooms, including bathrooms. Key requirements include compliance with patient safety alerts, provision of certified installers, structural evaluations, stamped engineering drawings, and comprehensive training for both patient care and biomedical engineering staff. The contractor must also adhere to strict safety protocols, including infection control, and provide a 3-year warranty on tracks, installation, and motors. A mandatory site visit on January 7, 2026, is required for all offerors, and failure to attend will result in disqualification. The contract is a Firm-Fixed-Price type, with specific clauses related to electronic invoicing, CPARS reporting, and limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses.
    The Department of Veterans Affairs (VA), Network Contracting Office 06, intends to solicit quotes from Service-Disabled Veteran Owned Small Business (SDVOSB) contractors for Guldmann (Brand Name or Equal) Patient Ceiling Lifts and installation at the Fayetteville Coastal VA Healthcare System. The project, for the Cottage 72 Activation, requires contractors to provide all labor, tools, materials, transportation, equipment, parts, supervision, and personnel for the full replacement of ten patient lifts. This will be a Firm-Fixed Price contract. The solicitation, number 36C24626Q0199, is anticipated to be issued around December 11, 2025, with quotes accepted until January 12, 2026, at 9:00 a.m. Eastern Time. Interested contractors must be registered in the System for Award Management (SAM) and the SBA DSBS database (if applicable for SDVOSBs) under NAICS code 339113. The point of contact for questions is Chellry Whittier at chellry.whittier@va.gov, with
    The document, identified as an RFQ (Request for Quotation) with ID 36C24626Q0199, outlines requirements for patient transfer lifts, specifically "Patient Transfer Lifts-Co." The request includes XY systems for patient rooms and bathrooms with different weight capacities (605 lbs and 825 lbs), both featuring GH3+ WiFi, CLM, and a 3-year warranty (5 years on batteries). Additionally, the RFQ specifies the need for engineer-stamped drawings for Guldmann installers and notes that the facility is responsible for providing Above Ceiling Work Permits if required. The contract period for all items is from January 30, 2026, to July 29, 2026. The document also includes extensive lists of unit of measure codes and industry classification codes, which are likely for internal categorization and not directly part of the RFQ's core requirements.
    This government file, Wage Determination No. 2015-4377 Revision No. 29, issued by the U.S. Department of Labor, sets out minimum wage rates and fringe benefits for service contract workers in Cumberland and Hoke Counties, North Carolina, effective July 8, 2025. It details compliance requirements for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document lists specific wage rates for numerous administrative, automotive, food service, health, IT, and maintenance occupations. It also outlines fringe benefits, including health and welfare payments ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks), and eleven paid holidays. Special provisions cover night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. The file also includes a conformance process for unlisted job classifications under the Service Contract Act.
    The document outlines a comprehensive checklist for the installation or relocation of ceiling-mounted patient lift systems, focusing on compliance with safety, structural, and operational standards. It details pre-installation requirements such as obtaining engineering designs, conducting site surveys, and verifying structural integrity and environmental suitability (e.g., for wet locations or seismic zones). The installation phase emphasizes proper electrical connections, structural system integration, rail/track installation, and functionality of emergency features. Post-installation, the checklist includes thorough inspections of the lift unit, straps, and spreader bar, operational and load testing to verify lifting speeds and emergency functions, and confirmation of proper charging. Finally, it mandates documented training for staff on equipment use and the availability of manufacturer's manuals. This detailed process ensures patient safety, regulatory compliance (NFPA 99, 70, 13, and VA seismic guidelines), and proper functioning of the lift system in healthcare environments, with a specific note against installation in units with actively suicidal patients.
    The Department of Veterans Affairs Mid-Atlantic Healthcare Network, VISN 6, is seeking past performance feedback for a vendor being considered for a Patient Ceiling Lift Replacement and Installation contract. The document provides instructions and a questionnaire for evaluators to rate the contractor's performance on previous contracts. Key areas for evaluation include technical understanding, problem resolution, resource management, personnel quality and retention, adherence to schedules, deliverable quality, contract compliance, cost control, and overall recommendation. Responses, including specific contract details and comments, are due by April 15, 2025, at 9:00 a.m. EST via email to Chellry.Whittier@va.gov. This survey is critical for the Government to assess the vendor's capabilities and past performance.
    The Quality Assurance Surveillance Plan (QASP) for the Department of Veterans Affairs, VISN 6, outlines a systematic method to evaluate contractor performance for maintaining, repairing, or restoring the Contractor's SYaaS at VA Facilities. The plan details what will be monitored, how, by whom, and how results will be documented. It emphasizes the contractor's responsibility for quality control and the Government's role in objective evaluation. Key personnel include the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), with Dawn Knox assigned as COR. Performance standards, acceptable quality levels (AQL), and incentives/disincentives are established. Surveillance methods include direct observation and contractor reports, with specific performance objectives for installation, post-installation, and maintenance. The QASP also details procedures for documenting acceptable and unacceptable performance, including the issuance of Contract Discrepancy Reports (CDRs) for corrective action.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) within VHA facilities. Its primary purpose is to determine the necessary infection prevention and control precautions (Levels I, II, III, IV) to mitigate infection risks. The document outlines a four-step process involving tables to identify activity categories, affected areas, overall patient risk, and the corresponding level of precautions. It details specific control measures for each precaution level, including dust control, worker hygiene, HVAC system management, and critical barrier construction, with increasing stringency for higher risk levels. For Levels III and IV, a permit must be posted at the activity site. An appendix offers an alternative interior exhaust procedure if outdoor venting is not feasible, emphasizing HEPA filtration and continuous particulate monitoring. This ICRA template is a critical tool for ensuring patient and employee safety during facility work, complementing the VHA Pre-Construction Risk Assessment (PCRA) by focusing specifically on infection prevention.
    The provided document, AE101A, is the first-floor dimensioned plan for the Build Out Building 72 Community Living Center in Fayetteville, NC, under Project Number 565-21-103. Issued for construction on October 28, 2022, by the U.S. Department of Veterans Affairs, Office of Construction and Facilities Management, the plan details the layout and dimensions of various rooms and areas. Key spaces include multiple bedrooms, bathrooms (TLT), a break room, kitchen, dining room, living room, administration office, and support areas such as soiled linen, clean linen closets, medical gas, and electrical closets. The drawing also indicates outdoor covered porches and includes a scale of 1/8" = 1'-0". The architectural and engineering work was performed by Alliance WSP JV, with interior design by Cornerstone Architecture & Interior Design. This document is crucial for understanding the physical layout and spatial requirements of the facility, likely serving as a foundational document for construction and project management in a federal government grant or RFP context.
    The document, an "EQUIPMENT SCHEDULE" for the "BUILD OUT BUILDING 72 COMMUNITY LIVING CENTER" in Fayetteville, NC, details a comprehensive list of equipment required for the facility. It specifies quantities and descriptions for various items, including medical equipment like wheelchair-accessible mirrors, fold-down shower seats, grab bars, sharps containers, patient lifts (including bariatric), and patient beds. It also lists general facility equipment such as hand sanitizer and soap dispensers, shower curtain tracks, towel bars, corner guards, medicine cabinets, and kitchen appliances like dishwashers, range hoods, microwaves, refrigerators, freezers, and a steam table. Furthermore, the schedule includes technology items like flat-screen TVs, desktop computers, laser printers, and a PA system. Laundry facilities with washers and dryers are also specified. The document also includes an "ENLARGED EQUIPMENT PLAN - TYPICAL BEDROOM" and a "FIRST FLOOR EQUIPMENT PLAN," indicating the layout and placement of some of these items within the building. The overall purpose of this document is to provide a detailed inventory and plan for equipping the Community Living Center, likely for a government RFP or grant project.
    Similar Opportunities
    Annual Inspection, Weight Testing, Maintenance, & Certification for (facility wide) Guldmann & Amico Patient Overhead Ceiling Lift System, Gulf Coast Veterans Health Care System, Engineering Service, 400 Veterans Avenue, Biloxi, MS 39531
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide annual inspection, weight testing, maintenance, and certification for the Guldmann & Amico Patient Overhead Ceiling Lift Systems at the Gulf Coast Veterans Health Care System in Biloxi, Mississippi. The procurement includes a base year from February 1, 2026, to September 30, 2026, with four additional option years, and services must be performed during normal business hours across multiple locations within the facility. These services are critical for ensuring the safety and operational efficiency of patient handling equipment, adhering to OEM standards and various regulatory requirements. Interested parties should contact C. Robert Oravetz at christopher.oravetz@va.gov, with offers due by 15:00 EST on January 15, 2026, as outlined in Solicitation Number 36C25626Q0277.
    Dock Lifts Equipment Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the "Dock Lifts Equipment Replacement" project at the Veteran Healthcare System of the Ozarks in Fayetteville, Arkansas. The project entails the removal and replacement of two existing dock lifts in Building 1, which are essential for the movement of mission-critical supplies, and includes responsibilities such as decommissioning, site demolition, procurement, and installation of new lifts with a lifting capacity of 15,000 lbs. Contractors must adhere to safety regulations, manage records in compliance with federal laws, and are encouraged to conduct a site visit; the period of performance is set for ninety days. Interested parties can contact Andrew T. Misfeldt at andrew.misfeldt@va.gov or Marcus Gasper at Marcus.Gasper@va.gov for further details.
    J035--Proj #TBD | Elevator Modernization | Elias/Prather
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors for a nationwide elevator modernization initiative aimed at upgrading elevators and associated equipment at over 100 VA Medical Centers in Fiscal Year 2026. The project involves providing all necessary services, labor, materials, and equipment to ensure fully functional, code-compliant hydraulic and traction elevator systems, adhering to stringent federal and industry standards. This modernization effort is critical for maintaining operational efficiency and safety within VA facilities. Interested parties must register for a Vendor Day and Site Visit scheduled for January 14-15, 2026, in Cleveland, Ohio, and submit capability statements by December 3, 2025, to Leslie Prather at leslie.prather@va.gov. The anticipated solicitation will be released in early to mid-February 2026.
    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 in Building 1 at the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, involves the replacement of critical elevator components across six elevators and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The work is essential for maintaining operational efficiency and safety within the medical facility, which must remain fully functional throughout the project duration of 365 days. Proposals are due by January 30, 2026, at 2:00 PM CST, and interested contractors should contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details.
    Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for elevator upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa Veterans Affairs Medical Center (VAMC). The project, identified as VA Project No. 679-22-100, involves comprehensive upgrades to the elevator systems, with specific attention to safety protocols and operational continuity during construction. This initiative is crucial for maintaining efficient access within the medical facility, which operates 24/7, ensuring that patient care is not disrupted. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must acknowledge the amendment regarding the site visit time, which is set for 12 PM (Noon) Eastern Time, and submit their proposals by the specified deadline. For further inquiries, contact Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) campuses located in Martinez and Mare Island, California. The project entails providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure reliability and safety for patients and staff. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $2,000,000 and $5,000,000, and a performance period of approximately 360 days. Interested contractors must submit their proposals electronically by January 15, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    J059--Bath/Canandaigua Elevator Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive elevator maintenance services at the Bath and Canandaigua VA Medical Centers, with the contract period running from April 1, 2026, to March 31, 2031. The procurement includes scheduled inspections, maintenance, repairs, and 24/7 emergency call-back services, all in compliance with the latest ASME A17.1/CSA B44-2022 safety codes and other applicable regulations. This opportunity is critical for ensuring the safe and efficient operation of elevator systems that serve veterans and medical staff, highlighting the importance of reliable service in healthcare facilities. Interested contractors must submit their capability statements by January 14, 2026, to the Contract Specialist, Leia LaBruna, at Leia.Labruna@va.gov, and must demonstrate five years of relevant experience and certified personnel to be considered for this procurement.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement– BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, installation of a Guldmann GH3 patient lifting system, and compliance with various safety and construction standards, with a project magnitude estimated between $500,000 and $1 million. This procurement is particularly significant as it aims to enhance healthcare delivery by upgrading critical medical imaging capabilities within the facility. Quotes are due by January 19, 2026, at 10:00 AM EST, and interested parties should contact Contract Specialist David M Hernandez at David.Hernandez1@va.gov for further information.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This construction project involves the demolition of existing dumbwaiters and the installation of new systems, including guide rails, motors, and controllers, with a focus on adhering to all applicable codes and VA directives. The project is classified under NAICS Code 236220, with a construction magnitude estimated between $1,000,000 and $2,000,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their bids electronically to the primary contact, Akkil Kurian, at akkil.kurian@va.gov by January 21, 2026, at 11:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    R699--Relocation Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Relocation Service Contract under solicitation number 36C24726R0007, specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contract encompasses relocation and reconfiguration services for the Atlanta VA Health Care System and its associated clinics, including tasks such as receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment within a 50-mile radius of Decatur, Georgia. This contract, valued at approximately $34 million, will be awarded for a base year with four option years, emphasizing the importance of compliance with strict security and privacy requirements. Interested parties must submit their proposals by January 9, 2026, at 11 AM EST, and can contact Gail Bargaineer at Gail.Bargaineer2@va.gov or 404-321-6069 for further information.