6515--NX EQ HoverTech Air-Assisted Patient Lifting Systems
ID: 36C10G24Q0106Type: Combined Synopsis/Solicitation
AwardedDec 6, 2024
$16.8M$16,842,303
AwardeeD.T. DAVIS ENTERPRISES, LTD. ALLENTOWN 18109
Award #:36C10G25D0011
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
    Maurice ChristianContract 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.
    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.
    R499--Ergonomic Assessment Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Comprehensive Ergonomic Assessment Services under solicitation number 36C26226Q0104. The objective of this procurement is to provide ergonomic assessments to enhance workplace safety and efficiency for veterans' facilities, with a total of 935 hours of service required during the contract period from January 1, 2026, to December 31, 2026. This service is crucial for ensuring that the work environments are optimized for the health and productivity of employees, particularly in settings that serve veterans. Interested vendors must submit their offers by December 15, 2025, at 1:00 PM MST, and direct any questions 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 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--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.
    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.
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    V225--Pre-Solicitation VA Sierra Nevada Health Care System Air Ambulance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21, is seeking proposals for Air Ambulance Services, including ground transportation, for the VA Sierra Nevada Health Care System. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year performance period, commencing on January 31, 2026, and extending through January 30, 2031, encompassing five one-year ordering periods. This service is crucial for providing emergent and non-emergent medical transport for eligible Veterans within a 300-nautical-mile radius, adhering to strict compliance with FAA, DOT, OSHA, and accreditation standards. Interested offerors must submit their proposals electronically by December 16, 2025, with a guaranteed minimum order of $2,500.00 and a maximum contract value of $3,200,000.00. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@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.