J065--NTX Mobile Lift PM Services_Base plus 4 Option Years
ID: 36C25726Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide preventative maintenance (PM) services for NTX Mobile Lifts, with a contract structure comprising a base year and four option years. The procurement involves comprehensive annual inspections and maintenance for over 100 mobile powered floor-based lifts across various VA facilities, ensuring compliance with federal, state, and local regulations, as well as adherence to manufacturer specifications and safety standards. These services are critical for maintaining the operational integrity and safety of medical equipment used in patient care settings. Interested parties must submit their offers by November 10, 2025, at 4:00 PM Central Time, and can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov for further information.

    Point(s) of Contact
    Sherine BrooksContract Specialist
    (254) 899-6034
    Sherine.Brooks@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined solicitation, 36C25726Q0041, for NTX Mobile Lift PM Services, including a base year and four option years. Issued by the Department of Veterans Affairs, Network Contracting Office 17, the solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The response deadline is November 10, 2025, at 4:00 PM Central Time. The contracting office is located in San Antonio, TX, and the point of contact is Contract Specialist Sherine Brooks (Sherine.Brooks@va.gov). The place of performance involves multiple Department of Veterans Affairs addresses, as detailed in the Statement of Work. The amendment includes attached documents: SF30 36C25726Q0041 0001 and Attachment A_PM Checklist Mobile List-Sample.
    The Department of Veterans Affairs (VA), Network Contracting Office 17, is seeking sources for annual inspections, preventative maintenance, and service of mobile powered floor-based lifts. This Sources Sought Notice, identified by solicitation number 36C25726Q0041, is a request for information only and not a formal solicitation. The VA aims to identify capable firms for a contract with a base year and four option years. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) should respond by October 14, 2025, at 4 PM CST, providing company details, SAM UEI number, socioeconomic category, and a capabilities statement to Sherine Brooks at Sherine.Brooks@va.gov.
    The Department of Veterans Affairs, Network Contracting Office 17, has issued Solicitation Number 36C25726Q0041 for NTX Mobile Lift PM Services, including a base year and four option years. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with NAICS code 811210 (Automotive Repair and Maintenance) and Product Service Code J065 (Maintenance, Repair, and Rebuilding of Equipment: Instruments and Laboratory Equipment). The response deadline is November 10, 2025, at 4:00 PM Central Time, Chicago, USA. Point of contact is Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov. The solicitation includes various attachments such as the Request for Quotation (RFQ), a Statement of Work (SOW), patient safety alerts, PM checklists, and several Service Contract Act Wage Determinations for different Texas counties.
    Patient Safety Alert AL14-07 addresses critical issues arising from improper installation, maintenance, and inspection of ceiling-mounted patient lifts within VA facilities. This mandatory alert, based on over 400 patient safety reports and international standards, mandates specific actions to enhance patient safety, even exceeding manufacturer recommendations. It requires the completion of VA-specific checklists for installation, relocation, and corrective/preventive maintenance, in addition to manufacturer checklists, to ensure all safety concerns are addressed. The alert covers all ceiling-mounted patient lift systems in VHA facilities, excluding those in patient homes. Facilities must adhere to specific timelines for checklist implementation and proper documentation in the VistA AEMS/MERS system. The alert also clarifies responsibilities for sign-offs, the importance of load and deflection testing, and the necessity of clinical staff training to prevent incidents. The VA will notify facilities of any changes to the checklists through various channels.
    This document outlines a 12-month periodic inspection checklist for medical lifters, adhering to DS/EN ISO 10535:2006 standards. The inspection covers electrical connections, the lifter mechanism, and the lifting hanger. Key checks include cable integrity, charger functionality, emergency stop and lowering systems, full lifting and leg spreading cycles with rated loads, welding for cracks, wheel condition and brakes, and fastener integrity. The lifting hanger inspection focuses on the safety mechanism and sling attachment. This checklist ensures the safe and proper operation of patient lifters, crucial for healthcare facilities, and is likely used in government procurement for maintenance contracts or compliance audits for medical equipment.
    This document outlines the commissioning procedures for patient ceiling lift systems, detailing a comprehensive checklist for installation, structural integrity, and operational functionality. It covers visual inspections for proper structural sizing, fastener tightening, track alignment, and debris clearance. The checklist also includes inspecting the lift unit casing, hand control operation, indicator lights, emergency functions, spreader bar, and lift strap. Key checks involve verifying charging capabilities, proper structural connections, ceiling interface, and protective features. Load testing is mandated to confirm 'soft start/stop' features, lifting speed under zero and maximum loads, and emergency lowering and stop functions at maximum capacity. The document emphasizes that these lifts are not for use with actively suicidal patients. Upon completion, the installation must be released by an inspector to a VA representative, who then reviews it before the lift is returned to service. Additionally, the service manager must confirm staff training on proper lift use.
    This document is a Request for Information (RFI) disclaimer, clarifying its purpose as an information-gathering and planning tool. It explicitly states that it is not a solicitation and cannot lead to a binding contract with the Government, as per FAR 15.201(e). The RFI also ensures that all proprietary information received will be handled appropriately. Responders are responsible for all associated expenses. This disclaimer is crucial in the context of government RFPs, federal grants, and state/local RFPs, as it sets clear expectations and legally protects the issuing agency from any contractual obligations arising from the RFI responses.
    This government solicitation, 36C25726Q0041, from the Department of Veterans Affairs, Network Contracting Office 17, outlines a requirement for annual inspections, preventative maintenance, and service for mobile powered floor-based lifts across the VA North Texas Health Care System. The contract, with a base year and four option years (November 2025 to November 2030), covers over 100 lifts, including Denali, Molift, Tollos, Sara Plus, Sara Flex, EZ Way, Inovi, and SPA 500 pool lifts, at various locations. Key requirements include manufacturer-approved personnel, adherence to VHA and manufacturer checklists, one-business-day response for service calls, and comprehensive documentation of tests and corrective actions. The contractor must provide all labor, parts, and equipment, ensuring compliance with federal, state, and local regulations, including those related to small businesses and various FAR clauses. Invoices are to be submitted electronically via the Tungsten Network.
    The provided document outlines various government filings, likely related to RFPs, grants, or state/local solicitations. It includes several sections detailing different aspects, such as project requirements, technical specifications, and administrative procedures. Key areas covered include general project information, specific technical details for system implementation or upgrades, and administrative guidelines for submissions. The document also lists numerous codes or identifiers, potentially representing different sections or deliverables within a larger government procurement or grant application. The repetitive structure suggests a template or standardized format for such government documents.
    The document appears to be a detailed government file outlining various services, supplies, and possibly project components. While heavily obscured by formatting issues, several discernible categories emerge, including references to equipment, materials, and services such as "installation," "testing," "maintenance," and "training." It mentions specific dates, potentially related to project phases or deadlines. The file also lists various types of equipment and supplies, indicating a comprehensive procurement or project plan. The consistent presence of numerical codes alongside each item suggests a structured catalog or bill of quantities. This document is likely a component of an RFP or grant application, detailing the scope of work and required resources for a government initiative.
    The provided document outlines various government-related activities, likely pertaining to federal grants, RFPs, or state/local RFPs. It details specific codes and descriptions, indicating different types of grants, projects, or services. The document appears to be a structured list, possibly an index or a table of contents, rather than a narrative. Key sections include references to procurement, project details, and various administrative or technical specifications. It highlights categories such as
    The provided document outlines various government filings, likely related to RFPs and grants, detailing different categories of procurement and financial instruments. It appears to categorize and list numerous forms, applications, and reports under headings such as 'Construction,' 'Goods and Services,' 'Consulting,' and 'Financial.' The document specifies item numbers and brief descriptions for each entry, often accompanied by numerical values that could represent quantities, codes, or monetary amounts. A significant portion of the file seems dedicated to standardizing reporting and application processes across various government functions, with a clear emphasis on detailed documentation. The structure suggests a comprehensive index or catalog of governmental procedures and requirements.
    This government file, likely part of an RFP or grant, outlines requirements and specifications for various projects. The document appears to be a table of contents or a list of deliverables, with numerous entries detailing different aspects of the work. Key areas include general conditions, specific project requirements, and administrative procedures. The structure suggests a comprehensive plan, with each section addressing a distinct component, ranging from broad guidelines to detailed technical specifications. The cryptic nature of the text, largely composed of alphanumeric codes and symbols, indicates a highly technical or coded document, typical of government procurements. The repeated references to dates and numerical values likely denote version control, timelines, or specific item identifications. This file serves as a foundational reference for executing and managing a complex government undertaking, ensuring compliance and clear task delineation.
    The document appears to be an index or table of contents for a government file, likely related to Requests for Proposals (RFPs), federal grants, or state and local RFPs. It lists numerous sections and sub-sections, each identified by a code (e.g., '('(((', '('(((&') followed by a brief description and corresponding page numbers. Key categories include "Standard Forms," "Instructions," "Evaluation Criteria," "Contract Clauses," and "Attachments." The structure suggests a comprehensive breakdown of requirements, terms, and conditions typically found in government solicitations. The file is highly organized, providing a clear roadmap for navigating detailed governmental procurement or grant application processes.
    This amendment (36C25726Q0041) to a solicitation by the Department of Veterans Affairs, Network Contracting Office 17, provides crucial information for offerors regarding PM Services for NTX Mobile Lifts. The due date for offers remains November 10, 2025, at 4 PM CST. The amendment clarifies that this is not a new contract, with previous contracts being 36C25723P0013 and 36C25723P0012, previously held by Interior Fusion. Key details include strap replacements being "as needed" or every 20,000 lifts, with the last PMs completed between October 3, 2024, and October 2, 2025. PMs are scheduled throughout the year with flexibility, and while an "as needed" parts line item for corrective maintenance is not currently allowed, contract modifications will be made for an increased number of lifts. A sample PM checklist (Attachment A) is also provided.
    The Statement of Work outlines requirements for annual inspections, preventative maintenance, and service of mobile powered floor-based and pool lifts for the VA North Texas Health Care System. The contractor must provide all parts, equipment, material, labor, and service calls for approximately 101 lifts across 11 locations in North Texas. Services include annual weight and function tests, preventative and corrective maintenance adhering to manufacturer and VHA guidelines, and prompt responses to service calls within one business day. The contract spans a base year plus four option years, with an expected increase in lift quantity. Contractors must be manufacturer-approved, provide detailed documentation of all services, and adhere to strict conduct, safety, and confidentiality requirements. The project aims to ensure the safety and functionality of lifts acquired between 2010 and 2025, with all annual testing to be completed by September 30th each option year.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6515--Patient Ceiling Lifts
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Patient Ceiling Lifts for the North Florida/South Georgia Veterans Health System, with the solicitation numbered 36C24826Q0151 specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). This procurement aims to enhance patient care and mobility within the healthcare facilities, underscoring the importance of such medical equipment in supporting the needs of veterans. Interested vendors should note that the response deadline for this opportunity is December 12, 2025, at 4:30 PM Eastern Time, and they can contact Contracting Officer Cesar O. Sanchez-Amaro at Cesar.SanchezAmaro@va.gov or by phone at 407-403-2932 for further information.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    J039--Forklift Repairs
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide forklift repair services at the Michael E. DeBakey VA Medical Center in Houston, Texas. The primary objective is to replace the high-pressure fuel pump and injectors on an AUSA C400H rough terrain forklift, ensuring complete installation, start-up, and testing of all components while adhering to the manufacturer's guidelines. This procurement is crucial for maintaining operational efficiency and safety within the medical center's logistics operations. Interested contractors must submit their responses by December 12, 2025, at 3:00 PM Central Time, including company information, small business status, training capabilities, and an Authorized Distribution Letter from the manufacturer, to Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov.
    J035--Unrestricted Solicitation - Elevator Maintenance & Repair Se Fort Meade, SD & Hot Springs, SD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance and repair services for the Hot Springs and Fort Meade VA Medical Centers in South Dakota. The procurement aims to establish contracts for both preventive maintenance and emergency repairs of various elevators, including cable-traction and hydraulic types, with specific service frequencies outlined in the Statement of Work. This service is crucial for ensuring the operational efficiency and safety of the medical facilities, as it includes routine maintenance, emergency callbacks, and compliance with safety codes. Interested contractors must submit their proposals by December 9, 2025, at 17:00 CST, and can direct inquiries to Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov.
    W012--6-Month Diesel-Powered Mobile Pump Rental
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for a 6-month rental of a diesel-powered mobile fire pump for the C.W. Bill Young VA Medical Center. The required pump must deliver a flow rate of 2000 gallons per minute, operate independently for 12 hours on its diesel supply, and include remote monitoring capabilities, with the contractor responsible for installation and compliance with NFPA testing standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the commitment to supporting veteran entrepreneurs. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 4:30 PM EST, and inquiries must be submitted by November 11, 2025, at 12:30 PM EST; for further information, contact Lakiesha S Anderson at Lakiesha.Anderson@va.gov.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.