J065--SVC: Patient Lift Maintenance Contract
ID: 36C24825Q0571Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

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

    The Department of Veterans Affairs (VA) is soliciting quotes for a Patient Lift Maintenance Contract to support the North Florida South Georgia VA Healthcare System across multiple locations, including Gainesville, Jacksonville, Ocala, and Lake City. This contract, designated under solicitation number 36C24825Q0571, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses maintenance services for over 300 patient lifts, including both track and floor-based models, with a focus on ensuring safety and compliance with federal regulations. The contract will span a base year with four optional one-year extensions, emphasizing the importance of regular inspections and preventative maintenance to uphold the functionality of critical medical equipment. Interested vendors must submit their all-inclusive quotes by April 23, 2025, and can direct inquiries to Contracting Officer Scott Brickey at scott.brickey@va.gov or 352-283-2837.

    Point(s) of Contact
    Scott BrickeyContracting Officer
    (352) 283-2837
    scott.brickey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a solicitation for a Patient Lift Maintenance Contract to support the North Florida – South Georgia Healthcare System across multiple locations. The solicitation, numbered 36C24825Q0571, is open for responses until April 14, 2025, at 4:40 PM Eastern Time. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the Product Service Code J065 and NAICS Code 811210. Interested vendors can find more details in the attached documents, which comprise the Statement of Work, Price - Delivery Schedule, and information regarding the specific Patient Lift models and locations that require maintenance. The main point of contact for this solicitation is Contracting Officer Scott Brickey, reachable at scott.brickey@va.gov or 352-283-2837. This maintenance contract is part of the government’s effort to ensure the proper functioning of medical equipment critical for patient care within the healthcare system.
    The document is an amendment to solicitation number 36C24825Q0571 for the Patient Lift Maintenance Contract issued by the Department of Veterans Affairs (VA). This amendment, released by the Network Contracting Office 8, primarily serves to extend the deadline for responses to April 17, 2025, at 5:30 PM Eastern Time. Additionally, it includes a revision of the attached document detailing Patient Lift Models and Locations. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves no Recovery Act funds. Interested bidders are required to acknowledge receipt of the amendment as part of their submissions. The amendment specifies that all previous terms and conditions remain effective, except for the changes noted within this document. The point of contact for the contract is Contracting Officer Scott Brickey. This amendment reflects the VA's continuous effort to engage quality vendors in providing necessary services for healthcare support, ensuring compliance with regulations and enhancing service delivery to veterans.
    The document is an amendment to solicitation number 36C24825Q0571 from the Department of Veterans Affairs regarding a Patient Lift Maintenance Contract. The amendment updates and extends the submission deadline to April 23, 2025, at 4:30 PM Eastern Time, allowing bidders to submit proposals with revised details, specifically concerning Attachment D: Patient Lift 2, which includes additional models and performance locations. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code J065 with the NAICS Code 811210. The contracting office is located in Gainesville, Florida, with Scott Brickey as the main contact for inquiries. All offerors must acknowledge receipt of this amendment as part of the bidding process, and the responding documents will be archived 30 days post the response deadline. This amendment serves to ensure clarity and compliance in the procurement process for essential maintenance services within the VA healthcare system.
    This document is an amendment to a previous combined solicitation from the Department of Veterans Affairs (VA) concerning the Patient Lift Maintenance Contract (Solicitation Number 36C24825Q0571). The amendment updates potential bidders about the revised final version of Attachment D, which pertains to patient lifts. The response deadline for offers has been extended to April 23, 2025, at 4:30 PM Eastern Time. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is categorized under Product Service Code J065, with a NAICS Code of 811210, indicating maintenance and repair services. The contracting office is based in Gainesville, Florida, and all offers must acknowledge receipt of this amendment to remain valid. The document further stipulates that all previous terms remain unchanged except for the adjustments outlined in this amendment. The purpose of this solicitation is to ensure the VA healthcare facilities have properly maintained patient lift equipment across multiple locations, confirming adherence to operational efficiency and safety standards.
    The Department of Veterans Affairs (VA) is soliciting quotes for Patient Lift Maintenance services under the solicitation number 36C24825Q0571. The contract will have a base year and four optional one-year periods, targeting multiple facilities. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as outlined by NAICS code 811210. Interested vendors must be registered in the SBA’s certification portal and the System for Award Management (SAM). Offerors are required to submit all-inclusive quotes by April 14, 2025, with an emphasis on technical capability, delivery, and pricing, where technical and delivery elements are prioritized over price. Detailed requirements are provided in accompanying attachments, including a Statement of Need, pricing schedule, and patient lift locations. Vendors must ensure that all items supplied are new and comply with government standards, with no allowances for used or refurbished items. Compliance with various federal regulations is mandatory, and the solicitation includes specific provisions regarding subcontracting and service standards. The document stresses the importance of timely submission and specifies a deadline for vendor questions, fostering a clear communication channel throughout the bidding process.
    The Malcom Randall Veterans Affairs Medical Centers (MRVAMC) seeks a contractor for the maintenance and inspection of over 300 patient lifts, including track and floor-based models, under a multi-year service contract. The contract includes a base year and four optional extension years, focusing on semi-annual inspections, annual preventative maintenance, and load testing, all mandated by The Joint Commission for patient and staff safety. Each lift must undergo detailed inspections, including checks for wear, functionality, and structural integrity, with comprehensive documentation required. The service provider must be prepared to perform repairs and replacements as necessary and meet safety regulations throughout their operations. Work may often be scheduled during regular business hours, with some tasks required outside these times to minimize disruptions. This contract reflects the VA's commitment to ensuring safe environments for both patients and medical staff through rigorous maintenance and quality assurance for critical lifting equipment.
    The government document outlines a Request for Proposal (RFP) for maintenance services of track lifts and floor-based lifts at the Malcom Randall VA Medical Center, spanning a five-year period from June 5, 2025, to June 4, 2030. The contract includes a semi-annual visual inspection and annual preventative maintenance with load testing, specifically categorized under the NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance. The RFP provides a detailed price/cost schedule divided into four option years, each covering periods of a year, with specific tasks intended for each contract year. Each item listed requires one unit of a service to be delivered, though the actual pricing has yet to be determined. The document emphasizes adherence to safety and maintenance standards, ensuring that medical and dental equipment remains compliant and operable for patient care. Overall, the intent is to establish a systematic approach for maintaining critical lift equipment, integral to function and safety in a medical environment, thus illustrating the federal government's commitment to maintaining veteran healthcare facilities.
    The document outlines equipment specifications and requirements for various medical facilities, particularly focusing on patient handling systems. It lists ceiling-mounted track lifts and mobile floor lifts at different locations, including the Gainesville Malcom Randal VAMC, Ocala CBOC, and Jacksonville OPC. Key details include the model types, weight capacities, and maintenance records for each lift, highlighting the need for safe patient handling within the Nursing Department's framework. The document emphasizes the importance of proper equipment for physical medicine and rehabilitation services, indicating ongoing inspections and servicing details. Overall, it serves as a foundational component for government RFPs related to healthcare equipment procurement and compliance with safety regulations.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (January 2023) addresses compliance requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracting. This document outlines the limitations on subcontracting by these entities, as mandated by 38 U.S.C. 8127 and relevant FAR regulations. It specifies that firms must adhere to SBA size standards and ensures that these businesses do not exceed the allowed percentage of subcontracted work to maintain their status. The purpose of this notice is to promote opportunities for veteran-owned businesses in government contracts while ensuring compliance with federal statutes. Additionally, the document includes provisions related to penal consequences for falsification, thereby reinforcing the importance of accurate reporting and adherence to regulations. Overall, this notice is part of broader efforts to support and integrate veteran-owned businesses into federal contracting processes, contributing to their economic sustainability and competitive edge in the marketplace.
    The document outlines the inventory of ceiling-mounted track lifts and mobile floor lifts used in various healthcare facilities across Florida, specifically focusing on safe patient handling and mobility equipment. Key locations include the Lake City Veterans Affairs Medical Center, Gainesville Malcom Randal VAMC, Ocala CBOC, and others. Various models from manufacturers like Handicare and Arjo are reported, detailing their weight capacities ranging from 450 to 1000 pounds. Additionally, the document specifies the total number of track lifts and mobile lifts currently in service, as well as information on past inspections and servicing dates. The inventory data serves as a critical resource for understanding the available patient handling equipment, highlighting the commitment to enhance safety and mobility within the facilities. This summary may play a role in supporting federal and state grant applications or requests for proposals that aim to improve patient care through better equipment and facilities management.
    The document outlines equipment needs and specifications for patient handling and mobility solutions across various healthcare locations in Florida, particularly focused on ceiling lifts and mobile floor lifts. It details the types of lifts required—including different weight capacities—and their specific models from manufacturers like Handicare, Arjo, and Prism Medical. Key locations mentioned include the Malcom Randall VAMC in Gainesville and the Ocala CBOC. The equipment listed includes a mix of ceiling-mounted tracks of various capacities (650, 750, 1000 pounds) and mobile floor lifts, highlighting the necessity for safe patient handling equipment to improve care delivery. The information serves as a foundational reference for RFPs and grant applications aimed at enhancing patient mobility support in healthcare facilities. This aligns with federal and local initiatives to ensure safety and compliance in patient care environments.
    The document details the specifications and inventory of ceiling-mounted and mobile patient lift systems across various healthcare facilities in Florida, primarily affiliated with the Department of Veterans Affairs (VA). It outlines the quantities and capacities of different lift models, including equipment from brands like Handicare, Arjo, and Prism Medical. The inventory specifies locations such as Jacksonville, Ocala, Lake City, and Valdosta, emphasizing the need for safe patient handling and mobility. Key highlights include the number of lifts required at each site along with their lifting capacities ranging from 450 to 1000 pounds. The document notes inspections, servicing dates, and conditions of specific equipment, underlining the importance of maintaining these devices for patient safety. The purpose of this document aligns with federal RFPs aimed at enhancing healthcare infrastructure and ensuring compliance with safe handling practices. It reinforces the commitment to providing effective and safe patient care within the VA healthcare system through appropriate resource allocation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Patient Transfer Lifts-Cottage 72 Activation (Guldmann Brand Name or Equal)
    Veterans Affairs, Department Of
    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.
    J065-- Museum Garaventa Lift Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for on-site repair services for a Garaventa Lift located at the CAVHCS Museum in Montgomery, Alabama. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary parts, labor, and materials, along with a 90-day warranty on parts and service. The lift repair is crucial for maintaining accessibility and functionality within the museum, ensuring that it continues to serve veterans and the community effectively. Interested contractors must submit their offers by December 18, 2025, at 1:00 PM EST, and can contact Contracting Officer Marcus Watts at marcus.watts@va.gov for further information.
    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, to enhance patient care across its medical centers nationwide. The procurement aims to provide safe and efficient patient transfer solutions, minimizing physical effort and reducing injury risks for both patients and caregivers. Interested vendors must submit their proposals, including technical capabilities and pricing, by January 7, 2026, with questions due by December 18, 2025. For further inquiries, contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Augusta VA Healthcare System Home Oxygen and Ventilator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Home Oxygen and Ventilator Services for the Augusta VA Healthcare System, with a contract valued at up to $16,000,000.00 over five years. The procurement aims to provide comprehensive oxygen and ventilation services, including equipment setup, installation, maintenance, and 24/7 emergency support for Veteran beneficiaries in the Augusta, GA area. These services are critical for ensuring the health and well-being of Veterans requiring respiratory support, adhering to Joint Commission standards. Interested parties should note that the deadline for submitting proposals has been extended to December 30, 2025, at 11:00 AM EST, and can direct inquiries to Leonard Robinson at leonard.robinson@va.gov.
    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.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    V226--Non Emergent Patient Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Non-Emergency Medical Transportation services for the Saginaw VA Medical Center, as outlined in solicitation number 36C25026Q6552. The procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and aims to provide essential transportation services for patients, utilizing the VA’s VetRide ordering system. This contract, valued at approximately $19 million, will cover a base period and four ordering periods from February 2026 to January 2031, with specific requirements for labor, materials, vehicles, and compliance with federal regulations. Interested companies must submit their offers, including a Past Performance Questionnaire and wage determination compliance documents, by December 29, 2025, with questions due by December 23, 2025. For further inquiries, contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov or 937.469.1228.
    V225--Ground Ambulance Services
    Veterans Affairs, Department Of
    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.