6515--Brand Name Or Equal Ceiling Lifts CLC 134-2C (36C252-26-AP-0317)
SOL #: 36C25226Q0221Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States
Place of Performance
Place of performance not available
NAICS
Surgical Appliance and Supplies Manufacturing (339113)
PSC
Medical And Surgical Instruments, Equipment, And Supplies (6515)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 13, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Mar 19, 2026, 5:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Great Lakes Acquisition Center (GLAC), is issuing a Solicitation (RFQ) for Brand Name or Equal Ceiling Lifts (CLC 134-2C / GH3+) for the Capt. James A Lovel VAMC in North Chicago, IL. This requirement aims to enhance patient safety, improve mobility, and reduce staff injury risks. Quotes are due by March 4, 2026, at 12:00 pm CDT.
Scope of Work / Key Requirements
This acquisition includes the procurement and installation of comprehensive ceiling lift systems. Key requirements include:
- Hoist Units: Minimum 605 lbs (standard) and 825 lbs (bariatric) capacity, with integrated scales and expandability for future renovations.
- Track System: Ceiling-mounted, compatible with room layout, smooth continuous movement, and capable of accommodating traverse track systems for four-directional movement.
- Slings: Compatible with lifts, meeting ISO 10535 guidelines, with bariatric slings rated to a minimum of 825 lbs.
- Installation: Professional installation, including structural calculations and final inspection.
- Warranty: Minimum 10-year warranty covering maintenance, parts, and labor. Manufacturer's specified life expectancy for motor and rails must be at least 15 years.
- Safety Features: Mechanical and electrical emergency lowering, emergency stop, emergency brake, current limiter, low battery safety device, and safety interlocks.
- Training: Access to technical support and training for VA staff.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) solicitation, conducted under FAR Part 13 Simplified Acquisition Procedures.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 339113 (Surgical Appliance and Supplies Manufacturing), with a size standard of 800 employees.
- Evaluation: Award will be made to the Lowest Price Technically Acceptable (LPTA) offer.
Submission & Deadlines
- Quotes Due: March 4, 2026, by 12:00 pm CDT.
- Site Walk-Through: Scheduled for February 25, 2026, at 0900.
- Questions Cutoff: March 4, 2026.
- Submission Method: All quotes must be sent via email to mack.taylor2@va.gov. Telephone calls will not be accepted.
- Instructions: Offerors must follow instructions within RFQ document 36C25226Q0221, complete all sections (including Section B), and sign it.
Contact Information
- Primary Point of Contact: Mack Taylor, Contract Specialist.
- Email: mack.taylor2@va.gov
- Phone: 414-844-4850
People
Points of Contact
Mack TaylorContract SpecialistPRIMARY