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

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to provide, install, and train staff on Guldmann Patient Ceiling Lifts at the Fayetteville Coastal VA Health Care System, specifically for Cottage 72. The procurement involves replacing existing patient lifts with new, higher-capacity ceiling lifts (650 lbs and 825 lbs), which include WiFi capabilities and a warranty of three years for parts and five years for batteries. These lifts are critical for enhancing patient mobility and safety within the facility, ensuring compliance with stringent safety protocols and infection control measures. Interested vendors must attend a mandatory site visit on January 7, 2026, and submit their proposals by the specified deadlines, with the contract period running from January 30, 2026, to July 29, 2026. For further inquiries, contact Chellry A. Whittier at chellry.whittier@va.gov.

    Point(s) of Contact
    Chellry WhittierContracting Officer
    (757) 728-7125
    chellry.whittier@va.gov
    Files
    Title
    Posted
    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
    6515--Patient Ceiling Lifts
    Buyer not available
    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.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Buyer not available
    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--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Buyer not available
    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.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    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) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    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.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, for the Bay Pines VA Healthcare System in Florida. This solicitation is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires that all offered products be new, not refurbished, and include specific components such as a DICOM interface and a 20" color touchscreen. The contract period of performance is from December 15, 2025, to January 9, 2026, with delivery required by the latter date. Interested vendors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and submission of necessary documentation, and can contact Contract Specialist Moneque L Rodriguez at Moneque.Rodriguez@va.gov for further details.