6530--Ceiling Mounted Patient Lifts 5-North & 5-West
ID: 36C24825Q0622Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the installation of ceiling-mounted patient lifts at the James A. Haley Veterans Hospital in Tampa, Florida, specifically for the 5-North and 5-West inpatient units. The objective of this procurement is to replace outdated patient lifts with modern LIKO brand systems that facilitate safe patient transfers and repositioning, ensuring compliance with safety standards and operational requirements. These lifts must support a minimum weight capacity of 507 lbs, include features for weighing patients in both kilograms and pounds, and be installed in accordance with existing rail systems while considering existing utility structures. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by April 23, 2025, and are encouraged to conduct thorough site evaluations prior to submission. For further inquiries, contact Quentin Ford at Quentin.Ford@va.gov or call 813-861-5858.

    Point(s) of Contact
    Quentin FordContract Specialist
    (813) 861-5858
    Quentin.Ford@va.gov
    Files
    Title
    Posted
    The James A. Haley Veterans Hospital in Tampa, Florida, is soliciting proposals for the installation of ceiling-mounted patient lifts in the inpatient units 5-North and 5-West. This project aims to replace outdated patient lifts, which are critical for patient transfers and repositioning. Contractors will be required to provide a comprehensive proposal detailing the design, evaluation, labor, materials, and installation of the new lifts. Key specifications include a lifting capacity of at least 507 lbs, compatibility with existing rail systems, and the ability to weigh patients in both kilograms and pounds. Engineers must consider existing utility systems during installation, and thorough site evaluations are recommended prior to proposal submission. The solicitation falls under the Department of Veterans Affairs, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is classified under product service code 6530 and NAICS code 339113. The response deadline for this RFP is April 23, 2025.
    The Department of Veterans Affairs is soliciting proposals for the replacement of ceiling-mounted patient lifts in the 5-North and 5-West inpatient units at the James A. Haley Veterans’ Hospital in Tampa, Florida. The amendment to the original solicitation outlines the requirement for a contractor to provide all necessary design, materials, labor, and installation services for new LIKO brand patient lifts, which must support a weight capacity of at least 507 lbs and include features for weighing patients in both kilograms and pounds. The contractor is expected to conduct a thorough site evaluation prior to proposal submission, considering the existing utility systems when planning for the installation. Additionally, the proposal must include provisions for installation, testing, training, and all necessary components for a complete and functional lift system. Existing support structures may not be reused, and any modifications should connect directly to building structural elements. This RFP emphasizes the commitment of the VA to provide effective patient transfer solutions, enhancing care quality and operational efficiency within the hospital.
    The document outlines the solicitation for ceiling-mounted patient lifts at the James A. Haley Veterans Hospital, part of a contract with the Department of Veterans Affairs. The goal is to replace outdated patient lifts with modern systems that facilitate safe patient transfers in two specific inpatient units. The project requires the contractor to provide all necessary design, materials, and installation services, adhering to safety standards and operational requirements. Key components include the installation of LIKO patient lifts and scales, with specific capabilities such as a minimum lifting capacity of 507 lbs, smooth operational features, and emergency lowering mechanisms. The procurement emphasizes the importance of hiring certified contractors with in-person manufacturer training. Additionally, bidding contractors must provide compliance plans regarding safety, installation timetables, and operational impacts on patient care. Contracting will favor businesses certified as service-disabled veteran-owned small businesses (SDVOSBs), incorporating terms that ensure compliance with federal regulations surrounding subcontracting and service limitations. The deadline for proposals is set for April 23, 2025, and a thorough site evaluation is recommended before proposal submission. This solicitation underscores the VA's continual commitment to enhancing healthcare facilities and services, aligning with their mission to support veterans.
    The document is a solicitation from the Department of Veterans Affairs (VA) regarding the procurement of ceiling-mounted patient lifts for two inpatient units at the James A. Haley Veterans Hospital in Tampa, Florida. This request specifies that only LIKO brand lifts are acceptable, emphasizing the need for a complete turn-key service that includes the design, evaluation, installation, and maintenance of these lifts, which are crucial for patient transfers. The contractor must conduct a thorough site evaluation and adhere to safety and performance guidelines, including specific technical requirements such as a lifting capacity of no less than 507 lbs and a minimum lifting speed of 2 inches per second. Delivery and installation timelines range from 14 to 120 days after receipt of the purchase order. The document also outlines the importance of compliance with federal regulations and the necessary qualifications for contractors, particularly for service-disabled veteran-owned small businesses (SDVOSB), ensuring adherence to set guidelines throughout the procurement process. The emphasis on specific capabilities and the need for qualified personnel to perform the installation reflects the VA's commitment to providing high-quality support for veterans' care.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--Patient Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services for the North Florida/South Georgia Veterans Health System (NF/SGVHS). The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to perform semi-annual inspections, annual preventive maintenance, and annual load testing on approximately 500 patient lift systems across multiple facilities, including the Malcom Randall and Lake City VA Medical Centers. This maintenance is crucial for ensuring the safety and reliability of patient handling equipment, which plays a vital role in the care of veterans. Quotes are due by December 9, 2025, at 16:00 EST, and questions must be submitted by November 24, 2025, to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov.
    6515--Patient Ceiling Lift Motor Replacement & Cert
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source contract to Guldmann, Inc. for the replacement and certification of patient ceiling lift motors at the St. Cloud Veterans Affairs Medical Center (VAMC). The procurement involves acquiring 141 Guldmann GH3+ ceiling lift motors, 36 manual combi-locks, and providing advanced technician training for three Biomed staff members, emphasizing the need for brand-name equipment to ensure compatibility and reliability in patient care. Interested firms that believe they can meet these specific requirements may submit a written response to Contracting Specialist Arielle Lifto by December 10, 2025, at 10:00 AM Central Time, with the anticipated award date set for December 22, 2025. For further inquiries, Arielle Lifto can be contacted via email at arielle.lifto@va.gov or by phone at 651-293-3031.
    Y1DZ--FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Bed Tower Connector at the James A. Haley Veteran’s Hospital in Tampa, Florida, under Solicitation Number 36C24825R0163. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the demolition of an existing ICU and the construction of a new corridor to connect surgical facilities with the new bed tower, emphasizing compliance with health and safety standards throughout the process. The contract is expected to be valued between $500,000 and $1 million, with a performance period of 390 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by December 11, 2025, and can direct inquiries to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or by phone at 813-940-2788.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    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.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Design-Build (DB) contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for site investigation, design, construction, and installation of the new Siemens 1.5T MRI system, with a total period of performance of 740 days. This procurement, valued between $2,000,000.00 and $5,000,000.00, is critical for enhancing medical imaging capabilities at the facility, ensuring compliance with various safety codes and standards. Interested SDVOSBs must be registered with SAM.gov and can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information, with a Request for Quote (RFQ) anticipated around January 10, 2026.
    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, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    Y1DA--679-22-100 | Elevator Upgrades in buildings 1, 2, 5, 38, 135 and 137
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the presolicitation of Project 679-22-100, which involves elevator upgrades in buildings 1, 2, 5, 38, 135, and 137 at the Tuscaloosa VA Medical Center in Alabama. The project requires the contractor to supply all materials, supervision, and labor necessary for the modernization, renovation, and upgrading of various elevators to address identified deficiencies, adhering to all applicable safety regulations and codes. This opportunity is set aside exclusively for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a contract value estimated between $5 million and $10 million, and a completion period of 608 calendar days from the notice to proceed. Interested contractors should contact Contracting Officer Ryan Crispin at Ryan.Crispin@va.gov or 706-231-7600 for further details, and the solicitation is expected to be posted on or about January 7, 2026.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.