6530--Guldmann (Brand Name or Equal) Patient Ceiling Lift Replacement and Installation
ID: 36C24625Q0591_1Type: 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

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 (VA) is seeking quotes from Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors for the replacement and installation of Guldmann (Brand Name or Equal) Patient Ceiling Lifts at the Fayetteville Coastal VA Healthcare System in North Carolina. The procurement involves providing all necessary labor, materials, tools, and supervision to replace existing patient lifts, ensuring compliance with safety and regulatory standards while minimizing disruption to hospital operations. This initiative is crucial for enhancing patient mobility and safety within the healthcare facility. Interested contractors must submit their quotes by 9:00 a.m. on April 30, 2025, and are encouraged to contact Chellry Whittier at chellry.whittier@va.gov for further inquiries regarding the solicitation process.

    Point(s) of Contact
    Chellry WhittierContract Specialist
    (757) 728-7125
    chellry.whittier@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the procurement of various patient ceiling lift systems and installation services under the Veterans Health Administration (VHA). The primary focus is on acquiring multiple models of ceiling lifts, including those equipped with trainer modules and integrated systems for both residential and gym environments. It specifies the quantities required for each model and installation type, particularly within varying room dimensions (3m x 3m and 4m x 4m), including removals of existing systems. The RFQ also includes details about labor requirements for installation, specifying non-union labor and hardware necessary for setup. The overarching aim is to enhance mobility assistance for patients, reflecting the commitment of the VHA to improve patient care facilities. This procurement aligns with federal objectives to maintain quality healthcare support, indicating a systematic approach to upgrading medical equipment within VHA-operated facilities.
    The U.S. Department of Labor's Wage Determination No. 2015-4377 provides wage rates and fringe benefits for contractors under the Service Contract Act, applicable in certain North Carolina counties. Contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless a higher rate is specified. The document lists detailed occupational wage rates across various categories, including administrative, automotive, healthcare, and technical occupations, along with mandatory benefits such as health and welfare payments and vacation. The Wage Determination also outlines requirements for paid sick leave under Executive Order 13706 and includes policies for additional classifications and wage rates for unlisted job titles. This comprehensive guide ensures compliance with federal wage standards and worker protections, critical for contractors participating in federal RFPs and grants. The document serves an essential role in establishing fair compensation for service employees, emphasizing the importance of adherence to labor regulations in government contracting.
    This document outlines the comprehensive checklist and procedures for the installation and commissioning of ceiling-mounted patient lifts at VA facilities. It emphasizes the importance of compliance with NFPA standards concerning safety, fire prevention, and seismic design, particularly verifying structural adequacy and manufacturer specifications prior to installation. The checklist is divided into three main sections: Pre-Installation, Installation, and Post-Installation, detailing critical assessments and verifications such as engineering design review, operational functionality, and training of staff. Specific requirements include operational tests, load testing, and ensuring that training for clinicians is documented and ongoing. The document also mandates signatures from both the installing contractor and VA representatives to confirm that all steps have been completed satisfactorily before the lift is put into service. This process underscores the VA's commitment to patient safety and operational effectiveness in healthcare environments while meeting necessary regulatory standards.
    The Quality Assurance Surveillance Plan (QASP) outlines the evaluation framework for the maintenance and support of the Contractor's SYaaS (System as a Service) at the Department of Veterans Affairs, VISN 6. This plan specifies the monitoring criteria, methods of evaluation, government roles, and performance standards without detailing how the contractor should execute their tasks. The Contracting Officer (CO) ensures adherence to contract terms and fair treatment, while the Contracting Officer's Representative (COR) oversees technical aspects and maintains quality assurance documentation. Performance standards are established to gauge contractor performance against an Acceptable Quality Level (AQL), with incentives for exceeding expectations and disincentives for subpar performance. Various surveillance methods, such as direct observation and reports, are employed to assess compliance with installation procedures, testing, and maintenance schedules. In cases of unacceptable performance, the COR collaborates with the CO to issue a Contract Discrepancy Report (CDR) for corrective action planning. The QASP remains adaptable, providing a structured yet flexible approach to ensure service quality in a vital sector serving veterans.
    The Department of Veterans Affairs Mid-Atlantic Healthcare Network (VISN 6) seeks input on a contractor's past performance for a Patient Ceiling Lift Replacement and Installation contract. Stakeholders are requested to complete a detailed questionnaire, providing their assessment of the contractor's performance in various areas such as understanding technical requirements, problem resolution, resource management, skilled personnel availability, and adherence to contract terms. Feedback is crucial for the government’s evaluation. Respondents must include their contact information along with specific project details, including contract value, type, and dates. Ratings are to be provided on a scale from 1 (Strongly Disagree) to 6 (Strongly Agree), with an emphasis on constructive comments. Completed surveys are to be submitted via email by April 15, 2025. This process exemplifies the VA’s commitment to selecting reliable contractors based on comprehensive performance assessments, a fundamental criterion in federal RFP evaluations.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for the replacement and installation of ceiling lifts at the Fayetteville Coastal VA Healthcare System. The objective is to enhance the safety and efficiency of patient handling, replacing existing ceiling lifts that have reached their end of life. Key responsibilities include providing labor, materials, and supervision for the installation of ceiling lift systems across various hospital rooms, adhering to safety regulations and performance standards. Contractors must demonstrate relevant experience, meet specific qualifications, and ensure compliance with VA guidelines during installation. The project duration is anticipated to be up to 9 months, and installations must minimize disruption to hospital operations. Additionally, a firm-fixed-price contract type will be utilized, with contractors required to conduct training and provide manuals for ongoing operation and maintenance of the installed systems. The evaluation of proposals will focus on technical capabilities, past performance, and pricing. Compliance with federal regulations, including those related to service-disabled veteran-owned businesses, is mandated. This RFP illustrates the VA's commitment to improving healthcare infrastructure while ensuring the safety of both patients and staff.
    The Federal Request for Proposals (RFP) addresses the replacement of ceiling lifts at the Fayetteville, NC VA Medical Center. The contractor is required to provide comprehensive services, including labor, materials, and tools for the replacement of patient lifts in various hospital areas, ensuring compliance with safety and regulatory standards. The proposal includes responses to vendor inquiries about project specifications, existing lift de-installations, and required timelines, emphasizing the necessity of CAD drawings for accurate planning. Key project details include a firm-fixed-price contract, an extension of the bid submission deadline to May 30, 2025, and a targeted completion before March 2026. Contractors must adhere to infection control protocols and safety measures during installation, ensuring minimal disruption to hospital operations, patient safety, and compliance with federal standards. Responsibilities also include training hospital staff on the new equipment. Moreover, all records generated fall under federal regulations, emphasizing proper documentation handling and management. The summary encapsulates the VA's commitment to enhancing patient mobility safety through updated lift systems while prioritizing compliance and security in the execution of the project.
    This document outlines an amendment to the solicitation regarding a contract issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 6. It emphasizes the necessity for bidders to acknowledge receipt of the amendment by specified methods before the deadline to avoid rejection of their offers. Notably, the amendment extends the solicitation due date to May 21, 2025, at 9:00 a.m. EST, as the contracting office is still addressing vendor inquiries. While the contractor is not required to sign or return copies of the amendment, it is crucial for them to reference the solicitation and amendment numbers in any communications. The document retains the terms and conditions of the existing contract except for the changes outlined within this amendment. The overall purpose is to ensure that all interested parties are aware of the updated submission date and the processes involved in acknowledging the amendment to the solicitation.
    Similar Opportunities
    6515--Patient Ceiling Lifts
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide 251 patient ceiling lifts for the Malcom Randall VA Medical Center in Gainesville and the Sergeant Ernest I. "Boots" Thomas VA Clinic in Tallahassee, Florida. The procurement includes 235 standard lifts and 16 bariatric lifts, which must meet specific compatibility and performance criteria, including a weight capacity of up to 1,000 lbs for bariatric lifts and a service life of at least 10 years or 22,500 cycles. These lifts are crucial for enhancing patient care and safety within the medical facilities. Interested vendors should note that the RFQ closing date has been extended to December 24, 2025, at 4:30 PM EST, and are encouraged to direct any questions to Contract Specialist Cesar O Sanchez Amaro at Cesar.SanchezAmaro@va.gov.
    6515--NX EQ Lift: Patient Transfer: Clip Based Standard
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equivalent. This equipment is crucial for safely hoisting and transferring patients within VA Medical Centers nationwide, thereby minimizing the risk of injury to both patients and caregivers during transfers. The contract will encompass a one-year base period with four additional one-year option periods, and proposals must be submitted by January 7, 2026, with questions due by December 18, 2025. Interested vendors should contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to submission.
    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) 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.
    J063--Washington DC Elevator Preventive Maintenances and Repair Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Elevator, Conveyances, and Lifts Preventive Maintenance and Repair Services at the Washington DC Veterans Administration Medical Center (VAMC). The procurement requires one on-site mechanic twice a week, along with all necessary personnel, tools, materials, and documentation to ensure the proper maintenance and repair of various vertical transport systems, including cable and hydraulic lifts. This opportunity is critical for maintaining the operational efficiency and safety of the medical center's elevator systems, which are essential for patient and staff mobility. Interested vendors must respond by December 17, 2025, with detailed capability statements and relevant business information, as the anticipated solicitation date is December 31, 2025, with a performance period from February 1, 2026, to January 31, 2027. For inquiries, contact Trever Turcotte at Trever.Turcotte@va.gov or 304-263-0811.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    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--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    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.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.