6515--Consolidated Patient Ceiling Lift

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

246-NETWORK CONTRACTING OFFICE 6 (36C246)

Contract Value

Not provided

Codes & Classification
Solicitation Number

36C24626R0053

NAICS

339113 - Surgical Appliance and Supplies Manufacturing

Classification Code

6515

Additional Details
Set Aside

None

Place of Performance

SourceSAM
Documents2
The Department of Veterans Affairs, Network Contracting Office 6 (NCO 6), is conducting a Sources Sought market research initiative to identify qualified firms capable of providing and installing consolidated patient ceiling lift systems across multiple facilities within the VA Mid-Atlantic Healthcare System Network (VISN 6). This effort is intended to inform the Government’s acquisition strategy for a potential future Request for Proposal (RFP), and to determine the feasibility of small business set-asides or the need for full and open competition. The scope of this procurement encompasses the supply, installation, and removal/de-installation of ceiling lift systems and all associated equipment—including slings, lift devices, rails, support materials, bracing, and other necessary components—to ensure a complete and functional installation. The work must be performed in a manner that does not disrupt patient care. The anticipated North American Industry Classification System (NAICS) code for this requirement is 339113 (Surgical Appliance and Supplies Manufacturing), with the corresponding Product Service Code 6515. Key performance requirements for the ceiling lift systems include compliance with Underwriters Laboratory standards, life safety codes, national electric codes, fire safety codes, and all applicable federal, state, and local regulations. The systems must meet ISO 10535 standards for hoists used in the transfer of disabled persons. Specific technical requirements include: - Ceiling tracks constructed from high-strength extruded aluminum or VA-approved equivalents, with anchor supports at the ceiling substrate. - Security testing of installed rails to 1.5 times the motor’s weight capacity, and maximum allowable deflection of no more than 1mm per 200mm of track length. - Lifts, straps, and slings compliant with ISO 10535. - Inclusion of a 2-point hanger bar compatible with loop-based slings, featuring hooks facing different directions and no easily breakable parts. - Capability to lift patients from the floor. - Integrated patient scale with accuracy of +/- 0.5% at maximum load, without reducing lifting height. - Hand control attached to the lift to prevent loss. - No beeping or flashing during normal operation. - Ability to lift full-capacity loads at least 21 times on a full battery charge. - Motors capable of lifting at least 600 pounds, as determined by site walkthroughs. - Maintenance and inspection services for three years from final acceptance. - Acceptance of generic replacement batteries without voiding warranties. - GFCI protection for motors. - Motorized vertical motion. - Automatic recharging at any location on the rail. - Safeguards to prevent patient entrapment or injury, including emergency stop buttons and lowering devices operable without tools or ladders. - Hand controller display of lift data, including time, weight, duration, lift count, hours, service alerts, and preventative maintenance notifications. - Motors and rails with a minimum average lifespan of ten years. The ceiling lift systems are to be installed at the following VA facilities in North Carolina and Virginia: Asheville VA Medical Center, Franklin VA Clinic, Hickory VA Clinic, Master Sergeant Jerry K. Crump VA Clinic (Forest City), Durham VA Medical Center, Greenville VA Healthcare Center, Fayetteville VA Medical Center, Fayetteville VA Health Care Center, Richmond VA Medical Center, Salem VA Medical Center, W.G. (Bill) Hefner Salisbury VA Medical Center, and Charlotte VA Healthcare Center. This notice is strictly for market research and planning purposes, and does not constitute a solicitation or a commitment by the Government to issue a contract. No quotes will be considered, and no reimbursement will be made for responses. Participation is voluntary, and submission of a response is not required for future solicitation participation. However, information provided may significantly influence the VA’s acquisition strategy. Interested firms are requested to submit a statement of interest on company letterhead, demonstrating qualifications to perform the defined work. Submissions must include business name and address, SAM UEI number, point of contact information, business size and socioeconomic category (including whether the firm is a manufacturer), and documentation addressing the ability to meet the Government’s requirements. Product information and capability statements are encouraged. Responses are due by 10:00am EST on April 20, 2026, via email to [email protected]. Submissions exceeding 10 double-sided pages will not be considered, and late responses will not be accepted. The primary point of contact for this notice is Gordon E. Burns, reachable at [email protected] or 757-251-4333. For further details and reference, the official notice can be accessed at: https://sam.gov/opp/006f61e901304ec58b56ac4aa61e1a60/view Contractors evaluating this opportunity should note the comprehensive technical requirements, multi-site scope, and the emphasis on compliance, safety, and long-term maintenance. Firms with proven experience in manufacturing, installing, and servicing patient ceiling lift systems in healthcare environments, and those able to meet stringent regulatory standards, are encouraged to respond.