6515--NX EQ Lift: Patient Transfer: Clip Based Standard
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 "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.

    Point(s) of Contact
    Jalima J. JonesContract Specialist
    Jalima.Jones@va.gov
    Files
    Title
    Posted
    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
    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.
    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 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 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    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.
    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.
    NX EQ Laparoscopic Insufflators
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying brand name or equal Olympus Laparoscopic Insufflators and associated equipment for the Veterans Health Administration (VHA) on an agency-wide basis. The procurement aims to establish a single Requirements Contract with Firm-Fixed Price (FFP) orders, anticipated to include a 12-month base period and four additional 12-month option periods. These laparoscopic insufflators are critical for various surgical procedures, enhancing the capabilities of the VHA in providing quality healthcare to veterans. Interested vendors must submit their responses by January 5, 2026, at 9:00 AM EST, via email to Trevor Mason at Trevor.Mason@va.gov and Sara Vickroy at Sara.Vickroy@va.gov, and must be registered in SAM.gov to participate.
    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.