Awarded ContractSolicitation

6515--Patient Ceiling Lift System

DEPARTMENT OF VETERANS AFFAIRS 36C24626Q0351
Total Obligated
$1,999,496
SAM.gov
Current Recipient
PREMIER MEDICAL DISTRIBUTORS, LLC MYRTLE BEACH SCG
Mar 24, 2026
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting bids for the procurement and installation of Patient Ceiling Lift Systems at the Hampton Veterans Affairs Medical Center (VAMC). The contract requires the provision of 112 ceiling lifts, each with a motor capacity of 650 pounds, along with installation, testing, and training services, ensuring compliance with safety and infection control standards. These systems are critical for enhancing patient mobility and safety within healthcare settings, particularly in departments such as ICU and Palliative Care. Interested contractors must submit their bids by March 3, 2026, at 12 PM (EST), and direct any technical inquiries to Contracting Officer James P. Risbon at james.risbon@va.gov.

Classification Codes

NAICS Code
339113
Surgical Appliance and Supplies Manufacturing
PSC Code
6515
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES

Solicitation Documents

16 Files
36C24626Q0351.docx
Word18 KBFeb 18, 2026
AI Summary
The Department of Veterans Affairs, Network Contract Office 06, intends to solicit quotes from Service-Disabled Veteran Owned Small Business (SDVOSB) contractors for the procurement and installation of Patient Ceiling Lift Systems. This presolicitation notice outlines the requirement for replacing 106 aging lift systems at the Hampton VA Medical Center, located at 100 Emancipation Drive, Hampton VA 23667. The contractor will be responsible for providing all labor, tools, materials, transportation, equipment, parts, supervision, and personnel for the full replacement, under a Firm-Fixed Price contract. The solicitation (36C24626Q0351) is anticipated to be issued around February 18, 2026, with quotes accepted until 2:00 p.m. February 26, 2026. Interested contractors must be registered in the System for Award Management (SAM) and the SBA DSBS database (if applicable for SDVOSBs/VOSBs) under NAICS code 339113. The required products are Guldmann, GH3 Patient Ceiling Lifts Systems, with specific quantities and configurations detailed for various locations within the medical center. Responses should include company information, POC, SAM UEI, Tax ID, socio-economic size, proof of SDVOSB/VOSB verification, and authorization to resell/distribute the requested products. Questions should be directed via email to James Risbon at james.risbon@va.gov.
RFQ 36C24626Q0351_1 Patient Ceiling Lifts.docx
Word260 KBFeb 23, 2026
AI Summary
The Department of Veterans Affairs is seeking bids for the provision, installation, and training for Patient Ceiling Lift systems at the Hampton VAMC Medical Center. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside Request for Quote (RFQ). The project requires full replacement of existing patient lifts and installation of new systems, including structural evaluations, stamped drawings by a registered structural engineer, and compliance with all relevant safety and design standards like ISO 10535. The contractor must provide proof of prior experience, ongoing service quality, and certified personnel. The solicitation details specific quantities and types of lift systems for various hospital units, emphasizing continuous-charge room-covering systems with integrated scales. Training for staff and biomedical personnel is mandatory, along with comprehensive warranties. All quotes, including a breakdown and company letterhead, must be submitted via email by March 3, 2026, at 12 PM EST. A site visit is scheduled for February 23, 2026, at 9 AM EST.
Att B Installation or Relocation Checklist.pdf
PDF63 KBMar 2, 2026
AI Summary
The document outlines a comprehensive checklist for the installation or relocation and commissioning of ceiling-mounted patient lift systems, likely for federal healthcare facilities given the VA references. It covers pre-installation requirements such as obtaining engineering designs, conducting site surveys, and ensuring compliance with structural, electrical (NFPA 99, NFPA 70), and fire safety (NFPA 13) codes, including seismic bracing where applicable. The installation phase focuses on verifying proper structural connections, electrical hook-ups, and the secure mounting of rails, tracks, and the lift unit itself, ensuring all components are free of defects and debris. Post-installation procedures include functional testing of the lift's operation, emergency features, and load capacity. The checklist also mandates training for staff on equipment use and the provision of manufacturer's manuals. A critical note prohibits installation in units with actively suicidal patients.
Att A Wage Determination 2015-4341.pdf
PDF338 KBMar 2, 2026
AI Summary
This government file appears to be a highly structured table of contents or index for a larger document, possibly related to an RFP, grant, or other federal/state/local government project. The file lists numerous sections with alphanumeric identifiers and brief descriptions, often followed by page numbers. The content broadly covers administrative elements such as 'General', 'Scope of Work', 'Deliverables', 'Personnel', 'Payment', and 'Reporting Requirements', along with more specific technical or operational aspects like 'Data Management', 'Security', 'Testing', and 'Maintenance'. The repeating pattern of identical or nearly identical entries with slight variations suggests different versions, sub-sections, or specific requirements within a broader category. The file's primary purpose is to outline the organizational structure and content of a comprehensive government document.
36C24626Q0351_1.docx
Word78 KBFeb 23, 2026
AI Summary
The document is a solicitation for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside Request for Quote (RFQ) for patient ceiling lift systems and installation at the Hampton VA Medical Center. The contractor must provide all labor, tools, materials, transportation, equipment, parts, supervision, and personnel for the full replacement of patient lifts. Key requirements include compliance with various FAR and VAAR clauses, specific technical standards for ceiling lifts (e.g., lifting capacity, safety features, automatic recharging, warranty), and adherence to strict installation protocols including structural evaluations, stamped drawings, infection control, and safety training. The contractor is also responsible for training VA staff on equipment use and maintenance, providing manuals, and ensuring proper disposal of debris. Quotes are due by March 3, 2026, and a site visit is scheduled for February 23, 2026. The evaluation criteria include technical capability, past performance, and price, with a strong emphasis on compliance and quality.
36C24626Q0351 0004.docx
Word26 KBMar 2, 2026
AI Summary
This amendment to Solicitation 36C24626Q0351 addresses an increase in the number of patient ceiling lifts required by the Department of Veterans Affairs. Initially, 106 lifts were listed, but a site visit revealed an additional six, bringing the total to 112. The amendment clarifies several aspects of the project, including the bid due date (March 3, 2026, at 12 PM EST), the requirement for Level III ICRA for ICU lifts, the contractor's responsibility for drywall repair and painting, a 650-pound capacity for lift motors, and annual preventative maintenance for three years. Additionally, it confirms a 10-year warranty requirement for the lifts. The solicitation will be officially revised to reflect these changes, including updated quantities in the price/cost schedule.
36C24626Q0351 0005.docx
Word35 KBMar 2, 2026
AI Summary
The Department of Veterans Affairs is amending solicitation 36C24626Q0351 for Patient Ceiling Lift Systems, extending the closure date to March 5, 2026, at 12 PM EST. This amendment addresses site visit questions, clarifies requirements, and revises the number of lifts needed. Key updates include specifying a 650-pound lift motor capacity, requiring annual preventative maintenance for three years, and a 10-year warranty (excluding maintenance). The ICU department requires Level III ICRA, while other areas are Level II. The contractor is responsible for drywall repair, painting, and resealing fire barrier penetrations. The total number of lifts has been revised from 106 to 112. Training for a minimum of five BioMed personnel is also required.
36C24626Q0351 0008.docx
Word36 KBMar 2, 2026
AI Summary
This amendment modifies solicitation 36C24626Q0351 for Patient Ceiling Lift Systems at the Hampton VAMC. Key changes include an increase in the number of lifts required from 106 to 112, with specific quantities detailed for various departments like 4-EAST, ICU, CLC, Palliative Care, PT Gym, and SCI. The amendment also clarifies technical specifications, confirming a required lift motor capacity of 650 pounds and a 3-year warranty that includes annual preventative maintenance. Contractors are responsible for drywall repair, painting, and replacing damaged ceiling tiles to match existing ones. ICRA Level III is required for ICU lifts, while other areas are Level II. The facility cannot store products, requiring the awardee to have installers on-site for deliveries, with a laydown area available. BioMed training must include a minimum of 5 personnel. The bid due date is March 3, 2026, at 12 PM (EST), and technical questions must be submitted by March 2, 2026, at 12 PM (EST).
36C24626Q0351 0007.docx
Word28 KBMar 2, 2026
AI Summary
The Department of Veterans Affairs (VA) Network Contracting Office 6 has issued an amendment (36C24626Q0351) to a solicitation for Patient Ceiling Lift Systems. This amendment addresses bidder questions and clarifies requirements. Key updates include increasing the number of required lifts from 106 to 112, specifying a 650-pound lift motor capacity, and confirming annual preventative maintenance for three years. It also details contractor responsibilities for drywall repair, painting, and ceiling tile replacement to return rooms to original condition. The ICU department requires Level III Infection Control Risk Assessment (ICRA), while other areas are Level II. The bid due date is March 3, 2026, at 12 PM (EST). The amendment also clarifies that a 10-year warranty is an option, but the VA prefers a three-year warranty as per the Statement of Work, and
36C24626Q0351 0006.docx
Word35 KBMar 2, 2026
AI Summary
The Department of Veterans Affairs, Network Contracting Office 6, issued an amendment for solicitation 36C24626Q0351 concerning Patient Ceiling Lift Systems. This amendment revises quantities for line items 0006 (Lifts), 0011 (Installation), and 0012 (Deinstallation/Removal), increasing the total number of lifts needing replacement, installation, and removal to 117 each. Key updates include a site visit, pre-site visit, and site visit questions and answers, clarifying requirements such as Level III ICRA for ICU lifts, contractor responsibility for drywall repair and painting, a 650-pound motor capacity, and a 3-year warranty with annual preventative maintenance. The solicitation confirms the need for 112 lifts, and the contractor is responsible for patching holes and resealing fire barriers. BioMed training for at least 5 personnel is required. The government is opting for a three-year warranty as stated in the SOW.
RFQ 36C24626Q0351- Patient Ceiling Lifts.docx
Word259 KBMar 2, 2026
AI Summary
The Department of Veterans Affairs is soliciting bids for patient ceiling lift systems and installation at the Hampton VAMC Medical Center. This SDVOSB Set-Aside Request for Quote (RFQ) requires contractors to provide all labor, materials, and equipment for the full replacement of patient lifts, including installation, testing, and training. Key requirements include compliance with safety alerts, structural evaluations, certified installers, and comprehensive training for staff and biomedical personnel. The solicitation details specific lift capacities, room dimensions, and warranty requirements. Bids must include a separate quote breakdown and proof of past performance, with submissions due by March 3, 2026, at 12 PM EST. A site visit is scheduled for February 23, 2026. The contract is a Firm-Fixed-Price type, and all work must adhere to federal, state, and local codes, as well as VA policies.
36C24626Q0351 0003.docx
Word17 KBMar 2, 2026
AI Summary
This document is an amendment to Solicitation Number 36C24626Q0351 for Patient Ceiling Lift Systems issued by the Department of Veterans Affairs, Network Contracting Office 6. The amendment, dated 02-22-2026, addresses questions from potential offerors regarding the solicitation. Specifically, it clarifies that floor plan drawings will be available at the site visit and confirms that all bids are due by March 3, 2026, at 12 PM. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The purpose of this amendment is to provide crucial information to assist offerors in preparing their submissions for the Patient Ceiling Lift Systems project.
36C24626Q0351 0002.docx
Word20 KBMar 2, 2026
AI Summary
This amendment to solicitation 36C24626Q0351, issued by the Department of Veterans Affairs, concerns the procurement and installation of patient ceiling lift systems. The amendment clarifies a site visit requirement, stating that the facility will provide a 6-foot ladder for accessing overhead spaces. The solicitation outlines various room covering systems with lifts, motors, and services for different departments like 4-EAST, ICU, CLC, Palliative Care, PT Gym, and SCI. Additionally, it includes provisions for education, BioMed training, certified installation, deinstallation of existing systems, and Virginia Certified Engineer Stamped Drawings. The document specifies quantities, NAICS code 339113 (Surgical Appliance and Supplies Manufacturing), and product/service code 6515 (Medical and Surgical Instruments, Equipment, and Supplies). All other terms and conditions of the original solicitation remain unchanged.
36C24626Q0351 0001.docx
Word27 KBMar 2, 2026
AI Summary
This document is an amendment to Solicitation Number 36C24626Q0351 for Patient Ceiling Lift Systems for the Department of Veterans Affairs. The amendment primarily updates the site visit requirement, mandating that vendors bring a 6-foot ladder to access overhead spaces. The solicitation includes a detailed price/cost schedule for various ceiling lift room covering systems, including 4m x 4m, 4m x 3m, 5m x 3m, 3m x 5m, 5m x 4m, 8m straight tracks, and 5m x 5m systems, along with associated lifts (605 lbs. and 825 lbs.), CLM, scale, and service warranties. Additional services like education, BioMed training, certified installation, and deinstallation of existing systems are also listed. All items are to be shipped to the Hampton VAMC. The principal NAICS code is 339113 (Surgical Appliance and Supplies Manufacturing), and the product/service code is 6515 (Medical and Surgical Instruments, Equipment, and Supplies). All other terms and conditions of the original solicitation remain unchanged.
Att D VHA ICRA-1.2 Oct 1 2024.pdf
PDF299 KBMar 2, 2026
AI Summary
The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities within healthcare facilities to prevent infection risks. It outlines a four-step process: identifying the activity category (A, B, C, or D) based on scope and duration, assessing affected areas, determining the overall patient risk category (Low, Medium, High, Highest), and finally, establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, which build upon the preceding levels, and includes requirements for activity completion. Levels III and IV necessitate an infection prevention and control permit, which must be posted at the project site. The template also includes an appendix for alternative interior exhaust procedures when outdoor exhaust is not feasible, emphasizing strict monitoring and documentation. This ICRA is a critical tool for ensuring patient and employee safety and regulatory compliance in VHA facilities during construction-related projects.
Att C QUALITY ASSURANCE SURVEILLANCE PLAN.pdf
PDF147 KBMar 2, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) outlines the Department of Veterans Affairs' (VA) method for evaluating contractor performance for SYaaS maintenance and repair services. The plan details monitoring procedures, responsibilities of government personnel like the Contracting Officer (CO) and Contracting Officer's Representative (COR), and contractor representatives. It establishes performance standards, acceptable quality levels (AQLs), and incentives/disincentives for exceeding or failing to meet these standards. Surveillance methods include direct observation and contractor-generated reports. The QASP also specifies procedures for documenting both acceptable and unacceptable performance, including the use of Contract Discrepancy Reports (CDRs) for corrective actions, ensuring fair and equitable treatment of the contractor while safeguarding government interests.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2026
amendedAmendment #1Feb 19, 2026
amendedAmendment #2Feb 23, 2026
amendedAmendment #3Feb 26, 2026
amendedAmendment #4Feb 27, 2026
amendedAmendment #5Feb 27, 2026
amendedAmendment #6Feb 27, 2026
amendedAmendment #7Mar 2, 2026
amendedLatest AmendmentMar 2, 2026
deadlineResponse DeadlineMar 5, 2026
awardAwarded to PREMIER MEDICAL DISTRIBUTORS, LLC MYRTLE BEACH SCGMar 24, 2026
expiryArchive DateApr 4, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)

Point of Contact

Contracting Officer
James P Risbon

Official Sources