6530--Liko Patient Lifts
ID: 36C24125Q0365Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

    The Department of Veterans Affairs is seeking proposals for the procurement and installation of 44 Hill-Rom Liko patient lift systems at the Brockton VA Medical Center in Massachusetts. This solicitation aims to enhance patient care facilities by providing essential lifting solutions, which are critical for safe patient handling and compliance with health protocols during the ongoing renovations of the Community Living Center (CLC). The contract will cover all necessary labor, materials, and equipment for installation, with a firm fixed-price contract expected to be awarded based on evaluations of price, technical capability, and past performance. Interested vendors must submit their proposals by May 5, 2025, at 10 AM EDT, and can direct inquiries to Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov or by phone at 914-325-3258.

    Point(s) of Contact
    Divianna MathurinContract Specialist
    (914) 325-3258
    divianna.mathurin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals for the installation of 44 Hill-Rom Liko Lift Systems at the Brockton VA Medical Center in Massachusetts. This project will involve all aspects including labor, materials, safety measures, and equipment to ensure proper installation in various patient bedrooms. The request aligns with the NAICS code 339113, pertaining to Surgical Appliance and Supplies Manufacturing. The presolicitation notice emphasizes that it does not guarantee contract award or payment for preparation costs. Interested offerors must monitor for the solicitation package updates and are required to be registered in the System for Award Management (SAM) for eligibility. All inquiries concerning this presolicitation must be submitted in writing to the Contract Specialist, Divianna Mathurin, with no telephone inquiries accepted. The notice serves as an initial announcement while the full solicitation is forthcoming, demonstrating the VA's ongoing commitment to enhancing patient care through improved facility equipment.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for the procurement and installation of 44 Hill-Rom Liko patient lift systems for the Boston VA Healthcare System. The solicitation identifies specific requirements, including delivery and installation timelines, evaluation criteria based on price, technical capability, and past performance, with a firm fixed-price contract being the intended outcome. Quotes are due by May 5, 2025, at 10 AM EDT. Key project details include labor, materials, and equipment needed for the installation and compliance with the Service Contract Act Wage Determination. Funding prioritization for small businesses, including service-disabled veteran-owned businesses, is noted. The installation must adhere to strict safety and health protocols, including infection control measures, and the contractor must ensure the systems are compliant with local structural codes. Questions regarding the project are directed to designated VA contacts. The overall intention of the solicitation is to enhance patient care facilities through modern lifting solutions, reflecting the VA's commitment to providing high-quality healthcare services for veterans.
    The document is a modification to a solicitation by the Department of Veterans Affairs for the procurement of medical equipment to support the Brockton VA Medical Center's renovations. Primarily, it outlines changes to the solicitation, including updates to the line-item schedule with revised quantities and additional Contract Line Item Numbers (CLINS). The items solicited include various supplies and furniture for hospital use, such as the Likorall lift motor, hand controls, battery chargers, and components for ceiling lifts, with a focus on surgical appliance manufacturing. The project is scheduled for delivery from May 26, 2025, to July 25, 2025, directly addressing the needs of the CLC Building Renovation at the VA center. Each item listed includes specifications on quantities, part numbers, and designated shipment to Brockton, alongside a marked contact person for order fulfillment. The modifications ensure that the solicitation's requirements reflect accurate needs for the medical facility's improvements, aligning with government standards for vendor communication and procurement processes.
    The document outlines the general terms and conditions related to a contract between Hillrom and its customers regarding medical equipment and software. Key points include the ownership and usage rights of customer data, emphasizing that Hillrom retains full rights to non-identifiable data for improving products and services. Hillrom disclaims healthcare provider status and states that the software is not a substitute for professional medical advice, with customer use occurring at their own risk. Liability limitations restrict Hillrom from being liable for delays or damages, while also detailing policies on returns, order cancellations, and shipment responsibilities. Warranty conditions are laid out for different product categories, including three years for general products, two years for lithium batteries, and ten years for rail systems. The document demonstrates Hillrom’s commitment to providing high-quality, reliable products while outlining customer responsibilities and conditions under which warranties are voided. This summary targets the context of government procurement processes, as it ensures potential buyers understand their rights and obligations when acquiring Hillrom's products under federal grants or local government contracts, accentuating compliance and reliability.
    The document outlines a Statement of Work (SOW) for the installation of forty (40) Hill-Rom Liko Ceiling Lift Systems at the VA Boston Healthcare System in Brockton, Massachusetts. The contractor is responsible for labor, materials, equipment, and compliance with safety and infection control measures during the installation process. Specific details include the specifications of the lifts and their installation in designated rooms with varying bed configurations. The contractor must also provide supporting documentation such as shop drawings, certifications from a licensed structural engineer, and compliance with established safety standards. Additionally, the contractor must carry out personnel training and system performance testing in collaboration with VA representatives to ensure safety and efficiency. Tight schedules are emphasized, requiring installation to be completed within six weeks of contract award, with financial payment contingent upon completion and acceptance of work. The overarching goal is to enhance patient care through proper lift installations while ensuring compliance with regulations and maintaining a safe environment for patients and staff.
    The document outlines a Sole Source Justification for the procurement of 44 Liko lift systems from Hill-Rom Company, Inc., intended for renovation at the Brockton VA Medical Center. As part of the Safe Patient Handling Program, these specific lifts are required due to their standardization across multiple VA campuses, ensuring compliance with VHA Directive 1611. A sole-source procurement is justified under FAR 13.5, citing that Hill-Rom is the only provider that meets the needs of the facility, eliminating the risk of increased costs and complications associated with introducing different lift systems. Market research indicates only two distributors can supply the lifts, yet competition is limited due to the Non-Manufacture Rule, necessitating an unrestricted solicitation. The document details the significant operational risks in switching to alternative brands, such as procedural confusion and the need for extensive retraining, which could endanger patient safety. The contracting officer certifies the necessity of the lifts, assuring that the procurement process is both accurate and complete. This justification emphasizes the VA's commitment to maintaining safe patient transfer protocols while adhering to regulatory frameworks.
    The document appears to be a government file concerning federal and state RFPs and grants. Although the content is heavily corrupted and unreadable, the overall focus seems to center on processes, guidelines, or proposals associated with procurement and funding opportunities within the public sector. Such documents typically outline the requirements for submitting proposals, funding availability, eligibility criteria, and adherence to regulatory standards. They are aimed at facilitating communication between government agencies and potential contractors or grant recipients, ensuring transparency and efficiency in the allocation of public resources. Overall, the file likely serves as a resource for interested parties to navigate the complexities of government contracting and grant acquisition.
    The document serves as an amendment to a solicitation, specifically for the Department of Veterans Affairs. It details a modification to the contract, extending the deadline for bids from the original date to May 30, 2025, at 10 AM EDT. The amendment clearly delineates the administrative change and emphasizes the necessity for bidders to acknowledge receipt of the amendment. Failure to do so could result in rejection of their submissions. It reaffirms that all other terms and conditions of the solicitation remain unchanged unless specifically stated otherwise in the document. The purpose of this amendment is to ensure clarity and compliance among bidders regarding the new submission timeframe, reflecting the agency's procedural commitment to transparency and adherence to procurement guidelines.
    The document is an amendment to a solicitation from the Department of Veterans Affairs, issued by the Network Contracting Office 1, with the contract ID 36C24125Q0365. The key purpose of this amendment is to extend the response due date for submitters to June 6, 2025, at 10 AM EDT. It emphasizes the necessity for offerors to acknowledge receipt of the amendment in one of several specified methods to ensure their offers are considered timely. Aside from this modification, all other terms and conditions of the original solicitation remain intact and unchanged. This amendment, therefore, updates the timeline for proposals while maintaining the overall structure and requirements outlined in the initial solicitation documentation. It reflects typical processes within federal grant and RFP environments that allow for amendments and extensions, enabling better participation from potential bidders.
    The document is an amendment to a previously issued solicitation by the Department of Veterans Affairs Network Contracting Office 1, focused on a contract for specific hospital supplies. The key changes include the extension of the offer submission deadline to June 12, 2025, and updates to pricing and sole source justification. The contract covers various hospital equipment and supplies, including end covers, stop sets, assembly parts, and lift motors, with specified quantities and delivery dates aligned with the Brockton VA Medical Center’s renovation project. Each item has a unique manufacturer part number, and the contract period spans from June 16, 2025, to September 15, 2025. The overarching purpose of this amendment is to ensure clarity and compliance in procurement procedures, maintaining the integrity of the solicitation process while addressing the needs of the VA facilities.
    Lifecycle
    Title
    Type
    6530--Liko Patient Lifts
    Currently viewing
    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.
    J059--Elevator Modernization (VA-26-00015294)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center located in Hines, Illinois. The project aims to replace outdated components and install new, code-compliant equipment to enhance safety, reliability, and extend the elevator's service life by at least 20 years. This modernization is critical for maintaining operational performance and ensuring compliance with current safety standards, as the elevator serves a vital role in facility accessibility. Proposals are due by December 30, 2025, at 4:00 PM CST, and interested parties should direct inquiries and submissions to Michelle Williams at michelle.williams4@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.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    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.
    HILL-ROM MATTRESS REPLACEMENT ICU
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Hill-Rom Progressa+ mattresses for the Intensive Care Unit (ICU) at the Cleveland Veterans Affairs Medical Center. This acquisition is intended to be a sole source procurement due to the proprietary nature of the Hill-Rom system, which is specifically designed to prevent pressure injuries, provide pulmonary therapy, and facilitate early patient mobility in critical-care settings. The unique features of the Progressa+ system, including its interlocking design with the Progressa bed frame and integrated therapy modes, are essential for maintaining clinical outcomes and warranty support. Interested parties who believe they can meet the requirements must submit their capabilities by December 18, 2025, at 5 PM EST, to Rachelle Hamer at rachelle.hamer@va.gov, referencing “RFQ 36C25026Q0166| Hill-Rom Mattress Replacement ICU” in the subject line.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Y1DZ--526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research for the upgrade of Operating Room (OR) and Pharmacy dumbwaiters at the James J. Peters VA Medical Center in Bronx, New York. The project involves the demolition of existing dumbwaiters and the installation of new systems, requiring compliance with various safety, infection control, and construction standards. This upgrade is critical for maintaining efficient operations within the medical center, which operates 24/7. Interested manufacturers must respond to the Request for Information (RFI) 36C24226Q0200 by December 31, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer Akkil Kurian at Akkil.Kurian@va.gov or by phone at 718-526-1000.