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
    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
    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.
    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.
    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
    6515--Patient Ceiling Lifts Guldmann Inc. Brand Name
    Buyer not available
    The Department of Veterans Affairs is planning a Sole Source contract with Guldmann Inc. to supply and install ceiling-mounted patient lifts at the Michael E. DeBakey VA Medical Center in Houston, TX. This procurement aims to enhance patient care by providing specialized lifting equipment that meets comprehensive technical requirements, including compliance with safety regulations and ensuring adequate weight capacity of at least 550 lbs. The initiative underscores the VA's commitment to improving healthcare standards while maintaining operational efficiency within medical facilities. Interested parties may submit evidence of their capability to meet the requirements to Contract Specialist James W. Craig at james.craig1@va.gov or by phone at 713-794-8052, as no competitive proposals will be solicited.
    6530--Surgical Stretcher Chair (Brand Name or Equal)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of surgical stretcher chairs, specifically the Winco Transmotion TMM5 Plus-B model or equal, through a Request for Proposal (RFP). The procurement aims to meet specific technical and functional requirements, including a weight capacity of 500 lbs, power tilt control, and essential safety features, while encouraging participation from small businesses, particularly those owned by veterans and service-disabled individuals. These stretcher chairs are vital for enhancing patient mobility and care within healthcare facilities. Interested vendors must submit their offers by March 14, 2025, and can direct inquiries to Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    N065--Replacement of Patient Ceiling Lifts
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for the replacement of Patient Ceiling Lifts at the James A. Haley Veterans' Hospital (JAHVH) in Tampa, Florida. This procurement aims to install modern ceiling-mounted patient care lifts in inpatient units, enhancing the quality of care for veterans by facilitating safer patient transfers and repositioning. The selected contractor will be responsible for comprehensive services, including design, installation, and removal of outdated equipment, with specific requirements such as a lift capacity of at least 600 lbs and compliance with VA seismic guidelines. Interested parties must submit their company information and capabilities by March 12, 2025, at 12:00 PM EST, to the contracting officer, Jose E. Ortiz-Velez, via email at Jose.Ortiz-Velez@va.gov.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    IN HOME HOSPITAL BEDS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of in-home hospital beds intended for use by disabled and elderly veterans. The contract encompasses a base year with four additional one-year options, emphasizing compliance with safety and performance standards, including IEC regulations, to ensure quality and durability of the beds. This procurement is crucial for enhancing the quality of care provided to veterans, ensuring they have access to essential medical equipment in their homes. Interested vendors must submit their proposals by March 28, 2025, at 1400 EDT, and can direct inquiries to Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov, with a total contract ceiling of $260 million.
    6515--PATIENT HANDLING CEILING LIFTS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Patient Handling Ceiling Lifts for the Boise VA Medical Center in Idaho. The procurement requires that participants be original equipment manufacturers, authorized distributors, or authorized resellers, with firm-fixed price quotes for equipment, installation, and training. This acquisition aims to standardize patient handling equipment, enhancing safety and efficiency for mobility-challenged patients in medical settings. Interested parties must submit their responses by March 10, 2025, at 10:00 AM PT, and can direct inquiries to Contract Specialist Denise Patches at Denise.Patches@va.gov or by phone at 253-888-4922.
    6530--Equipment, DENALI Power-Driven Mobile Patient Lifts, NIHCS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Denali Power-Driven Mobile Patient Lifts and related accessories under solicitation number 36C25025Q0338, exclusively set aside for small businesses. The procurement aims to acquire various models of Denali lifts that meet specific technical requirements, including patient sling compatibility for weights up to 600 pounds, under-bed clearance, and emergency lowering features. These mobile patient lifts are crucial for enhancing patient care and mobility within VA facilities. Interested vendors must submit their quotes by March 12, 2025, and direct any inquiries to Contract Specialist Alice Clark at alice.clark@va.gov by March 5, 2025.
    6515--NX EQ Stretcher Chairs Non-Powered (VA-25-00057242)
    Buyer not available
    The Department of Veterans Affairs is seeking sources for a Requirements Contract for non-powered stretcher chairs, specifically targeting the supply of Stryker or equivalent brand stretchers to VA facilities nationwide. The procurement aims to identify qualified vendors capable of providing stretcher chairs that meet specific criteria, including a weight capacity of at least 325 lbs, adjustable positioning, integrated safety features, and compatibility with associated items. This initiative is crucial for ensuring that VA facilities have access to reliable medical equipment that supports patient care. Interested vendors must submit detailed proposals demonstrating compliance with the specifications, including pricing and capabilities, to the designated contracting officer, Anthony Zibolski, at anthony.zibolski@va.gov by the specified deadline. The contract will have a 12-month base period with four optional renewal periods, contingent on performance and need.
    J065--Sources Sought Hillrom Bed and Lift Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide maintenance services for Hillrom Beds and Golvo Lifts at the Phoenix VA Health Care System. The procurement aims to establish a contract for corrective and preventive maintenance, with a base year and options extending up to five years, totaling an estimated value of $34 million. This maintenance is crucial for ensuring the reliability and functionality of medical equipment used in veteran healthcare facilities. Interested vendors, particularly small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Contract Specialist Trainee Garrett Lyles at garrett.lyles@va.gov for further details and to ensure compliance with the necessary vendor registration and documentation requirements.
    6515--529-25-2-094-0083 | Plethysmograph Chamber with Spirometry | NCO 4 Commodities 2 (VA-25-00045782)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the procurement of a Platinum Elite DX Body Plethysmograph and associated equipment, as part of their initiative to enhance healthcare services for veterans. This contract, identified under requisition number 36C24425Q0431, includes the provision of medical devices, training, and software, with a specific focus on ensuring that all products are from original manufacturers and meet required certifications. The procurement is set aside for small businesses, particularly service-disabled veteran-owned small businesses (SDVOSB), reflecting the VA's commitment to supporting veteran entrepreneurship while acquiring high-quality medical equipment. Quotations must be submitted by March 12, 2025, at 16:30 EDT, and interested vendors should direct their inquiries to Contract Specialist Nathan Lohr at nathan.lohr@va.gov.