6515--NX EQ Lift: Patient Transfer: Clip Based Standard - Amedment
ID: 36C10G26R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for a Requirements contract to procure Lift Patient Transfer: Clip Based Standard equipment, specifically the Arjo Maxi Move 5® or equal, to enhance patient care across its medical centers nationwide. This equipment is designed to facilitate safe and efficient patient transfers, minimizing physical strain on caregivers and reducing the risk of injury during transfers. The procurement includes a one-year base period with four optional one-year extensions, and interested vendors must submit their proposals by January 7, 2026, with questions due by December 18, 2025. For further inquiries, vendors can contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or Contracting Officer Sara Vickroy at Sara.Vickroy@va.gov.

    Point(s) of Contact
    Jalima J. JonesContract Specialist
    Jalima.Jones@va.gov
    Files
    Title
    Posted
    This government file is an amendment to solicitation number 36C10G26R0006, issued by the U.S. Department of Veterans Affairs, OPAL | Strategic Acquisition Center. The amendment, number 0001, provides responses to vendor questions and adds specific contract clauses (852.215-70 and 852.215-71) related to Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Key details include clarification that the procurement for patient lifts is "Brand Name or Equal," meaning other lifts meeting salient characteristics will be considered, despite the agency identifying Arjo Maxi Move 5® as meeting its requirements. The document also details the 3.0% Service Level Agreement (SLA) fee that offerors must embed in their prices and outlines quarterly sales reporting and remittance procedures for this fee. Additionally, it specifies liquidated damages for late delivery, ordering limitations, requirements for option periods to extend the contract, small business rerepresentation requirements, and incorporates numerous FAR and VAAR clauses by reference covering aspects like gratuities, subcontractor sales restrictions, business ethics, labor laws, and equipment operation/maintenance manuals. It explicitly prohibits used, refurbished, gray market, or counterfeit items, requiring new OEM products from authorized dealers.
    The Department of Veterans Affairs (VA) has issued a combined synopsis/solicitation (RFP 36C10G26R0006) for a single award Requirements contract to procure "Brand Name or Equal" Lift Patient Transfer: Clip Based Standard equipment. This equipment, exemplified by the Arjo Maxi Move 5®, is essential for safe patient transfers in VA Medical Centers nationwide. The solicitation outlines specific salient characteristics for the lifts, including weight capacity, lifting range, and safety features. Proposals must address both cost/price and technical capabilities. The contract will have a one-year base period and four one-year option periods. Key dates include a December 18, 2025 deadline for questions and a January 7, 2026 deadline for proposals. All offerors must be registered in SAM.
    This government file is a pricing table for various medical equipment and supplies, primarily focusing on Arjo Maxi Move 5 patient lifts and associated slings. It outlines 28 distinct items, each with a CLIN (Contract Line Item Number), part number, brand name, and detailed item description. The table includes fields for unit of measure, quantity per UOM, and estimated quantities for a base year and four option years. The purpose of this document is to serve as a template for vendors to propose unit prices, calculate total prices with a 3% Service Level Agreement (SLA), and provide information on delivery days after receipt of order (ARO). Vendors are instructed to complete highlighted sections with their proposed solutions, including manufacturer names and part numbers for equivalent products. The document emphasizes that proposed items in the pricing volume must correspond with those in the technical volume, ensuring consistency in bids for federal, state, and local RFPs.
    The document outlines the contract administration and invoicing instructions for RFP 36C10G26R0006 for NX EQ Lift Patient Transfer Clip Based Standard. It details government contacts for contract administration, including Sara Vickroy (Contracting Officer), Jalima J. Jones (Contract Specialist), Daniel R. King (Deputy Program Manager), and Martin Steele (Contracting Officer Representative). The document mandates electronic invoice submission through the VA Financial Services Center via Tungsten Network or X12 EDI formats, with specific contact information for setup and inquiries. Key terms include mandatory compliance with established items, government's right to evaluate replacement items, and a guarantee of neither funds nor purchase volume. Orders are placed by designated VHA ELCM Ordering Officers, with specific delivery, reporting requirements, and acknowledgment of amendments.
    This government file, 36C10G26R0006, outlines mandatory contract clauses for federal RFPs, focusing on compliance, financial obligations, and operational requirements. Key elements include electronic disclosure of wrongdoings to the VA OIG and a 3.0% Service Level Agreement (SLA) fee embedded in prices, reimbursed quarterly based on sales reports. Contractors must submit accurate sales data and remit SLA fees electronically within 60 days post-quarter, with penalties for non-compliance. The contract specifies liquidated damages of $37.50 per day for delivery delays and sets order limitations, including a maximum of $750,000 for combined items. It also addresses options for contract extension (up to 5 years total) and mandates post-award small business rerepresentation. Incorporated clauses cover various federal acquisition regulations (FAR) and VA acquisition regulations (VAAR), emphasizing the provision of new, OEM-only equipment with manuals, and compliance with Executive Order 13899 on combating anti-Semitism, along with standard packing requirements for domestic shipments.
    This government solicitation outlines the requirements for proposals for the 36C10G26R0006 NX EQ LIFT PATIENT TRANSFER CLIP BASED STANDARD contract. Key provisions include certifications regarding inverted domestic corporations, responsibility matters (debarment, convictions, delinquent taxes), and felony convictions. Proposals must be submitted via email by January 7, 2026, 10:00 AM EST, across five volumes: Technical, Past Performance, Veterans Preference, Price, and Offer & Certifications. Technical proposals must meet salient characteristics and include an OEM letter for distributors. Past performance requires three recent and relevant references, with CPARS reports or Past Performance Questionnaires. Veterans Preference is given to certified SDVOSB/VOSB offerors or those subcontracting to them. Price proposals must include a 3% SLA fee and demonstrate volume discounts. The contract will be a Firm Fixed Price Requirements contract, awarded based on best value, with non-price factors (Technical, Past Performance, Veterans Preference) being more important than price. Technical proposals must achieve an "Acceptable" rating to be considered for award.
    This document is a reporting template for various Department of Veterans Affairs (VA) healthcare networks and facilities, detailing sales data for the first quarter of fiscal year 2026. It lists numerous VA facilities across different VISNs (Veterans Integrated Service Networks) and healthcare systems, including VA New England, New York/New Jersey, Pittsburgh, Capitol, Mid-Atlantic, Southeast, Sunshine, MidSouth, Great Lakes, Heartland, South Central, Heart of Texas, Rocky Mountain, Northwest, Sierra Pacific, Desert Pacific, and Midwest Health Care Networks. The template requires contractors to report the total quarterly quantity sold for individual line items, the total quantity sold for all items, the total quarterly quantity sold multiplied by the price, total quarterly sales inclusive of Service Level Agreement (SLA) fees, anticipated SLA, total sales amount without the SLA, and SLA received. The repeated entries for "Quantity Sold of Item" and "$0.00" indicate placeholders for detailed sales figures for up to 22 items, demonstrating a structured approach to tracking sales and SLA data across numerous VA locations for contract and financial oversight.
    The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) is issuing a Past Performance Questionnaire (Solicitation No.: 36C10G26R0006) to evaluate offerors for the NX EQ LIFT PATIENT TRANSFER CLIP BASED STANDARD– Brand Name Arjo Maxi Move 5 or Equal contract. Offerors are required to submit a maximum of five references from the past three years. The questionnaire, to be completed by references, gathers information on the offeror's name, contract number, period of performance, total contract value, and a brief description of services/commodities provided. References are asked to rate the offeror on Quality of Service, Cost Control, Timeliness of Performance, and Business Relations, using a 1 (Unsatisfactory) to 3 (Excellent) scale, with detailed rating guidelines provided. The questionnaire also asks if show cause orders, stop work orders, or terminations were issued on the contract and if the reference would work with the offeror again. Completed questionnaires must be emailed to Jalima.Jones@va.gov and Sara.Vickroy@va.gov by January 07, 2026, at 10:00 AM EST.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dock Lifts Equipment Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the "Dock Lifts Equipment Replacement" project at the Veteran Healthcare System of the Ozarks in Fayetteville, Arkansas. The project entails the removal and replacement of two existing dock lifts in Building 1, which are essential for the movement of mission-critical supplies, and includes responsibilities such as decommissioning, site demolition, procurement, and installation of new lifts with a lifting capacity of 15,000 lbs. Contractors must adhere to safety regulations, manage records in compliance with federal laws, and are encouraged to conduct a site visit; the period of performance is set for ninety days. Interested parties can contact Andrew T. Misfeldt at andrew.misfeldt@va.gov or Marcus Gasper at Marcus.Gasper@va.gov for further details.
    Annual Inspection, Weight Testing, Maintenance, & Certification for (facility wide) Guldmann & Amico Patient Overhead Ceiling Lift System, Gulf Coast Veterans Health Care System, Engineering Service, 400 Veterans Avenue, Biloxi, MS 39531
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide annual inspection, weight testing, maintenance, and certification for the Guldmann & Amico Patient Overhead Ceiling Lift Systems at the Gulf Coast Veterans Health Care System in Biloxi, Mississippi. The procurement includes a base year from February 1, 2026, to September 30, 2026, with four additional option years, and services must be performed during normal business hours across multiple locations within the facility. These services are critical for ensuring the safety and operational efficiency of patient handling equipment, adhering to OEM standards and various regulatory requirements. Interested parties should contact C. Robert Oravetz at christopher.oravetz@va.gov, with offers due by 15:00 EST on January 15, 2026, as outlined in Solicitation Number 36C25626Q0277.
    6530--339113 | Bariatric/Patient Chairs delivered to the Altoona VA Medical Center | Small Business Set-aside | Amendment 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes from small businesses for the procurement of bariatric and patient chairs to be delivered to the Altoona VA Medical Center. The solicitation, numbered 36C24426Q0173, specifies a "brand name or equal" requirement, with essential features including manual locking wheels, electric height adjustment, and wipeable surfaces to enhance patient safety. This procurement is crucial for ensuring the comfort and safety of patients at the facility. Quotes are due by January 16, 2026, at 3:00 PM Eastern Time, and interested offerors must submit their proposals via email to Eric Christy at Eric.Christy@va.gov, acknowledging receipt of the amendment and adhering to the detailed submission instructions provided in the solicitation documents.
    V225--ELP Wheelchair Transportation Services I 60-month
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors to provide ELP Wheelchair Transportation Services for a 60-month period. The procurement aims to secure non-emergent transportation services for veterans, ensuring compliance with safety and regulatory standards while offering 24/7 availability, including weekends and holidays. This service is crucial for facilitating the mobility of veterans across Texas and New Mexico, enhancing their access to medical care and support. Interested vendors must submit their proposals by January 21, 2026, with inquiries directed to Contract Specialist Mariangie Rios-Vazquez at mariangie.riosvazquez@va.gov or by phone at 210-996-8816. The estimated contract value is approximately $1.8 million over the contract duration.
    J035--Proj #TBD | Elevator Modernization | Elias/Prather
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors for a nationwide elevator modernization initiative aimed at upgrading elevators and associated equipment at over 100 VA Medical Centers in Fiscal Year 2026. The project involves providing all necessary services, labor, materials, and equipment to ensure fully functional, code-compliant hydraulic and traction elevator systems, adhering to stringent federal and industry standards. This modernization effort is critical for maintaining operational efficiency and safety within VA facilities. Interested parties must register for a Vendor Day and Site Visit scheduled for January 14-15, 2026, in Cleveland, Ohio, and submit capability statements by December 3, 2025, to Leslie Prather at leslie.prather@va.gov. The anticipated solicitation will be released in early to mid-February 2026.
    J065--Patient Bed Maintenance Service Contract - POP: 02/01/2026 - 01/31/2031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide a Patient Bed Maintenance Service Contract for the Phoenix Veterans Affairs Healthcare System, covering preventative and corrective maintenance for 176 Med-Surg beds, 5 ICU beds, and 4 Bariatric beds. The contract will span from February 1, 2026, to January 31, 2027, with four optional one-year extensions available, emphasizing the need for certified technicians to ensure compliance with manufacturer recommendations and timely service. This maintenance service is crucial for maintaining the functionality and safety of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 13, 2026, at 10:00 AM PST, to Contract Specialist Barry Bland at barry.bland@va.gov.
    6515--HINES VAMC BED EXTENDERS 578-26-1-969-0064 (VA-26-00033200)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide bed extenders for the Hines VA Medical Center, specifically 70 units of "BRAND NAME OR EQUAL" Stryker S3 inpatient bed extenders. These extenders must be compatible with existing S3 Stryker beds, easily attachable and detachable, adjustable in length from 76 to 84 inches, and capable of supporting a minimum weight of 600 lbs. The procurement emphasizes the importance of safety, patient comfort, and compliance with relevant standards, with responses due by January 15, 2026, at 10:00 am CST. Interested parties should submit their qualifications and capabilities via email to Vernise L. Newton at vernise.newton@va.gov.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Ergonomic Assessment Services for the VA San Diego Healthcare System. The objective of this procurement is to enhance workplace ergonomics, thereby improving the health and productivity of employees and veterans. This service is crucial for ensuring compliance with health and safety standards while promoting a comfortable working environment. The total award amount for this contract is $19.5 million, with a contract period from February 6, 2026, to February 5, 2027. Interested parties must submit their proposals by January 27, 2026, at 1:00 PM MST, and can direct inquiries to Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as VA-26-00004179, is a total small business set-aside and requires vendors to provide FDA-certified equipment along with a two-year warranty, adhering to specific technical capabilities and compliance requirements. The contract will be awarded as a sole-source, single-award Requirements contract with a base year and four option years, emphasizing the importance of timely and compliant submissions. Interested parties must submit their proposals by January 9, 2026, and can direct inquiries to Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.