6515--NX EQ HoverTech Air-Assisted Patient Lifting Systems - added Attachment C
ID: 36C10G24Q0106Type: 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
  1. 1
    Posted Sep 5, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 11, 2024, 12:00 AM UTC
  3. 3
    Due Sep 21, 2024, 3:59 AM UTC
Description

The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ HoverTech Air-Assisted Patient Lifting Systems, aimed at enhancing patient safety and caregiver ergonomics during transfers in VA facilities nationwide. The solicitation includes updated contract clauses and emphasizes compliance with federal standards, requiring bidders to demonstrate technical capabilities, past performance, and adherence to pricing structures. This procurement is critical for improving operational efficiency and reducing injury risks for caregivers, with proposals due by September 20, 2024, and questions accepted until September 12, 2024. Interested vendors can contact the Contract Specialist, Maurice Christian, via email at Maurice.Christian@va.gov for further details.

Point(s) of Contact
Contract SpecialistContract Specialist
Contracting Officer
Jessica.Edwards@va.gov
Maurice.Christian@va.gov
Files
Title
Posted
Dec 12, 2024, 3:18 PM UTC
The document is a Combined Synopsis/Solicitation Notice from the U.S. Department of Veterans Affairs (VA), seeking quotations for Air Assisted Patient Lifting Systems (HoverTech brand or equivalent). The solicitation number is 36C10G24Q0106, with submissions due by September 20, 2024. The contract intends to establish a single award requirements contract for various models of HoverTech lifting devices and related equipment, primarily to enhance patient safety and caregiver ergonomics during transfers in VA facilities across the U.S. Bidders are evaluated based on technical capabilities, past performance, veterans' preference, and price, with a significant emphasis on meeting technical specifications. Interested vendors must demonstrate compliance with specified salient characteristics and provide all required documentation, including price schedules and past performance questionnaires. This solicitation reflects the government’s aim to obtain high-quality medical equipment while adhering to federal procurement regulations, promoting both safety and efficiency in healthcare delivery. In conclusion, the solicitation underscores the VA's commitment to securing essential medical equipment to improve patient management and procedural safety in its healthcare facilities.
Dec 12, 2024, 3:18 PM UTC
This document is an amendment to the previous combined solicitation for the procurement of NX EQ HoverTech Air-Assisted Patient Lifting Systems by the U.S. Department of Veterans Affairs. The primary purpose of the amendment is to update the contract clauses related to the air-assisted patient transfer and lifting systems. The solicitation number is 36C10G24Q0106, and the proposal submission deadline remains unchanged at September 20, 2024, by 11:59 PM Eastern Time. It is important to note that the amendment does not alter any other terms and conditions of the solicitation. The associated product service code is 6515, and the NAICS code is 339113, indicating a focus on medical equipment. The solicitation will be managed by the VA's Strategic Acquisition Center, with contact provided for both the Contract Specialist and Contracting Officer. The overall document structure includes essential details such as the contracting office address, point of contact, and response timeline, all crucial for potential bidders from across the country. This amendment underscores the ongoing efforts by the VA to provide quality medical equipment for patient care.
Dec 12, 2024, 3:18 PM UTC
The document serves as an amendment to the previous solicitation for the acquisition of NX EQ HoverTech Air-Assisted Patient Lifting Systems by the U.S. Department of Veterans Affairs. The primary purpose of the amendment is to update Attachment C, which contains the contract clauses specific to air-assisted patient transfer and lifting systems. The response deadline remains unchanged, with questions due by September 12, 2024, and final submissions by September 20, 2024. It is clarified that all other terms and conditions of the original solicitation are unaffected by this amendment. The contracting office is located in Fredericksburg, VA, and the contract encompasses nationwide performance. This document highlights the government’s ongoing efforts to adapt and refine procurement processes in support of veterans’ healthcare needs.
This government document outlines a Request for Proposals (RFP) for various medical equipment, specifically HoverMatt and HoverJack products, along with associated air supply systems and carts. It includes detailed descriptions of each item, such as size specifications and intended usage, along with units of measure and estimated quantities for procurement purposes. The items are categorized under different part numbers and manufacturers, emphasizing the need for vendors to submit equivalent products if they cannot provide the exact specifications. Additionally, the document highlights pricing structures, delivery timelines, and staffing requirements for vendors, indicating a structured procurement process aimed at acquiring essential medical lifting equipment. The overall aim is to ensure adequate supplies for healthcare facilities, particularly in emergency medical services, aligning with federal guidelines and standards.
The document outlines the Request for Proposal (RFP) for an Air-Assisted Patient Transfer and Lifting System being procured by the U.S. Department of Veterans Affairs (VA). This strategic acquisition is intended to enhance patient care at VA Medical Centers across the country. Key administrative details include the structure for contract management, emphasizing electronic invoicing through the Tungsten Network to streamline payments. The contract is a Firm-Fixed Price, Requirements contract, with a base period of one year and options to extend for up to four additional years. The Air-Assisted Patient Transfer System aims to promote safer patient transfers, reducing physical strain on caregivers and minimizing injury risks. It enables efficient patient lifting and transfer in various situations, such as after falls or during emergency evacuations. Reports indicating sales and contract performance will be due monthly and quarterly to ensure compliance. Overall, this document represents the VA's initiative to improve operational efficiency and caregiver safety through the acquisition of specialized medical equipment, adhering to federal contracting protocols and leveraging electronic systems for operations and reporting.
This document outlines key contract clauses related to federal contracts governed by the Federal Acquisition Regulation (FAR). It emphasizes mandatory written disclosures to the Department of Veterans Affairs, including the requirement to report sales and remit Service Level Agreement (SLA) fees as part of quarterly reporting, ensuring transparency in financial transactions. The SLA fee, currently 3.0%, is incorporated into pricing by the contractors and is required to be reported accurately. Liquidated damages are established for contractor delays, set at $37.50 per day, and specific compliance with various FAR clauses—including ethics, small business considerations, and labor standards—is mandated. Additionally, provisions regarding contract modifications, payment terms, and insurance requirements are detailed. The document's primary aim is to ensure contractors are aware of their obligations and the standards necessary to maintain compliance while executing government contracts. By adhering to these guidelines, the government seeks to promote accountability, safeguard taxpayer interests, and uphold the principles of fair competition within federal contracting.
The document outlines key contract clauses relevant to federal RFPs and grants, particularly for the Department of Veterans Affairs. It mandates written disclosures regarding business ethics, establishes a Service Level Agreement (SLA) fee of 3.0% requiring transparent inclusion in pricing, and necessitates quarterly sales reporting by contractors. The contract includes provisions for liquidated damages, ensuring contractors adhere to delivery timelines, with specific fees for delays. Compliance with various Federal Acquisition Regulation (FAR) clauses is required, promoting ethical conduct, and ensuring equal opportunity for small businesses, particularly those owned by veterans. The document also stipulates strict guidelines to prevent gray market and counterfeit goods, mandates Electronic Submission of Payment Requests, and emphasizes the importance of accessibility standards under Section 508 for information and communication technologies. Required cooperation in subcontractor programs highlights the commitment to supporting service-disabled veteran-owned small businesses. This comprehensive framework aims to ensure transparency, accountability, and ethical standards in government contracting processes.
The document outlines solicitation provisions for a government Request for Proposal (RFP) focusing on telecommunications and video surveillance service requirements. It emphasizes representations regarding the use of "covered telecommunications equipment or services" that's prohibited under the John S. McCain National Defense Authorization Act. Offerors must indicate whether they provide or use such equipment, and detailed disclosures are required if they do. The document also contains certification requirements regarding responsibility matters, including debarments, criminal convictions, and unresolved federal tax liabilities. New proposals must be submitted electronically by a specified deadline, divided into five distinct volumes addressing technical details, past performance, veterans’ preference, pricing, and required certifications. The evaluation criteria prioritize technical capabilities, followed by past performance and cost, ensuring offers that meet minimum characteristics. Overall, this solicitation reinforces compliance with federal standards while ensuring transparency and accountability among contractors, particularly in assessing their past conduct and alignment with regulations related to telecommunications. Emphasis is placed on involving service-disabled veteran-owned small businesses through specific provisions, enhancing their competitive position in government contracting.
The document outlines a comprehensive list of healthcare facilities associated with the U.S. Department of Veterans Affairs (VA) under various healthcare networks. It enumerates contractors, contract numbers, line item classifications, and corresponding facilities across multiple regions including New England, New York/New Jersey, Pittsburgh, Mid-Atlantic, Southeast, and others. Each facility is designated by a specific CLIN number and categorized under different healthcare networks, indicating a structured approach to managing healthcare services for veterans. The report includes metrics such as total quarterly quantities sold, anticipated services, and sales amounts, pointing to a focus on service delivery, financial accountability, and operational efficiency. This file plays a crucial role in government RFPs (Requests for Proposals) and federal grants, providing essential details for both financial tracking and resource allocation within the VA healthcare system, highlighting its commitment to serving veterans effectively across diverse geographical locations.
The Past Performance Questionnaire (PPQ) is a critical component of the Department of Veterans Affairs' competitive service contract awarding process. This form is designed to collect references regarding a contractor's past performance under a specified contract. The questionnaire requires the respondent to evaluate the contractor on key performance criteria, such as overall quality, delivery timelines, service quality, problem resolution, and the competency of personnel involved. Respondents are also asked if any performance issues, such as cure notices or terminations, occurred in the last three years. Additionally, the evaluation includes questions about the contract duration, its financial value, and a brief description of the services rendered. Feedback helps determine whether the contractor's past performance warrants future contract awards. The document is structured to facilitate an objective assessment of contractors, collecting quantitative ratings alongside qualitative comments. The use of this PPQ underscores the importance of past performance in government procurement processes, aiding in decision-making and ensuring accountability in service contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6530--Guldmann (Brand Name or Equal) Patient Ceiling Lift Replacement and Installation
Buyer not available
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 aims to enhance patient handling safety and efficiency by replacing outdated ceiling lift systems, requiring contractors to provide all necessary labor, materials, and supervision for the installation process. This initiative is crucial for improving healthcare infrastructure and ensuring compliance with safety regulations. Interested contractors must submit their quotes by 9:00 a.m. on May 21, 2025, and are encouraged to contact Chellry Whittier at chellry.whittier@va.gov for further inquiries regarding the solicitation.
6515--Evacuation Chairs *BRAND NAME OR EQUAL*
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors for the procurement of evacuation chairs under a "brand name or equal" contract, primarily targeting service-disabled veteran-owned, veteran-owned, and small businesses. The procurement aims to identify vendors capable of supplying evacuation chairs that meet specific safety standards (OSHA, ASTM, FDA) and include a minimum one-year full-service warranty, ensuring compliance with privacy regulations such as HIPAA. These evacuation chairs are essential for emergency evacuations of mobility-impaired patients in healthcare settings, designed for ease of use in both horizontal and vertical evacuations. Interested parties can contact Contracting Specialist Matt Lee at 210-393-9281 or via email at matthew.lee5@va.gov for further information, as responses to this notice will inform future acquisition methods and potential contract set-asides, with a solicitation expected to be released later on federal procurement platforms.
J065--Base YR (10/1/2025-11/30/2026) + 4 OYs Guldmann Ceiling lift maintenance
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, is seeking vendors capable of providing Preventive Maintenance (PM) and Corrective Repair Support Services for approximately 444 Guldmann ceiling-mounted patient lifts at the Clement J. Zablocki VA Medical Center. Vendors must be able to manage all labor, travel expenses, shipping, and parts necessary for the maintenance of these medical devices, ensuring compliance with specific requirements such as OEM authorization and certified technical personnel. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in patient care. Interested parties must submit a capabilities summary, including necessary documentation, by May 1, 2025, at 10:00 AM Central Time, to Eileen Meyer at eileen.meyer@va.gov, as this notice serves solely for market research purposes and does not constitute a solicitation.
6515--NX EQ Stretcher Chairs Non-Powered (VA-25-00057242)
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of Stryker Stretcher Chairs Non-Powered from Trillamed LLC, as outlined in solicitation number 36C10G25Q0069. The procurement includes not only the stretcher chairs but also auxiliary equipment such as mattresses and IV poles, with specific salient characteristics ensuring functionality and safety for patient transport. These stretcher chairs are designed to enhance efficiency in limited spaces by allowing for seamless transitions between stretcher and chair configurations, thereby reducing the need for patient transfers. Interested parties are encouraged to express their capability to respond to this procurement by May 9, 2025, with inquiries directed to Contract Specialist Anthony Zibolski at anthony.zibolski@va.gov or by phone at 240-215-0598.
6640-- Brand Name or Equal XSENSOR Foot & Gait System
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide the XSENSOR Foot & Gait System, or an equivalent product, for the VA Puget Sound Medical Center in Seattle, WA. This procurement aims to enhance the medical equipment capabilities essential for improving healthcare services for veterans, with specific requirements outlined in the solicitation documents, including compliance with federal regulations and the "Buy American" policy. The contract is part of a broader initiative to ensure that veterans receive high-quality medical care, and interested parties must submit their quotations by April 30, 2025, with inquiries directed to Contract Specialist Nazanin Kreiner at nazanin.kreiner@va.gov or (208) 429-2033.
6515--NX EQ Endoscope Drying and Storage Cabinets - Horizontal (VA-25-00012656)
Buyer not available
The U.S. Department of Veterans Affairs is soliciting proposals for the procurement of Horizontal Endoscope Drying and Storage Cabinets, under solicitation number 36C10G25R0015. The objective is to enhance patient care by ensuring effective drying and storage of endoscopes, which are critical for preventing bacterial transmission and hospital-acquired infections. These cabinets must meet specific salient characteristics, including compliance with AAMI and AORN standards, and will be utilized across VA medical centers nationwide. Interested vendors must submit their proposals by May 1, 2025, at 5:00 PM Eastern Time, and can contact Contract Specialist Michael Andrews at michael.andrews6@va.gov or 678-428-5319 for further information.
6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.
J036--Elevator Maintenance & Service RVAHCS Base 4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive elevator maintenance and service for the Roseburg VA Healthcare System. The contract encompasses full maintenance, repair, and inspection services, including emergency callback services, annual inspections, and preventive maintenance, ensuring compliance with safety codes and manufacturer specifications. This procurement is critical for maintaining the operational reliability and safety of the elevator systems within the facility, with an estimated total award amount of $12.5 million covering a base year and four optional renewal years. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Contract Specialist Meredith F. Valentine at Meredith.Valentine@va.gov.
6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the acquisition of high-tech medical equipment (HTME) along with extended installation services, including turnkey solutions, as part of the JAN 2025 Consolidation initiative. This procurement aims to enhance the capabilities of VA healthcare facilities by providing advanced medical imaging systems and comprehensive support services, ensuring that the equipment meets stringent operational and safety standards. The selected vendors will be responsible for delivering the equipment, conducting site preparations, and providing necessary training for clinical staff, which is crucial for improving patient care and operational efficiency within the VA system. Proposals are due by March 12, 2025, with a projected award date of November 26, 2025. Interested vendors can contact Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov for further details.
6515--NX Defibrillators
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the procurement of defibrillators to enhance patient care across its medical centers, as outlined in solicitation number 36C10G25R0012. The VA requires both Zoll brand name and equivalent defibrillators, which are critical for managing life-threatening heart conditions such as ventricular fibrillation and tachycardia, with a focus on modern features like real-time CPR feedback and ECG monitoring. This procurement will be structured as a single Requirements contract with firm-fixed pricing for a base year and four option years, emphasizing the need for quality and standardized medical equipment. Interested offerors must submit their proposals by May 26, 2025, and direct any inquiries to Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov.