6530--EQUIPMENT - GULDMANN PATIENT CEILING LIFT SYSTEMS BRAND NAME ONLY

SOL #: 36C24226Q0596Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Bronx, NY

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Hospital Furniture, Equipment, Utensils, And Supplies (6530)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Response Deadline
May 15, 2026, 7:00 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) is conducting a Sources Sought for market research to identify qualified businesses capable of providing GULDMANN PATIENT CEILING LIFT SYSTEMS (Brand Name Only) for the James J. Peters VA Medical Center in Bronx, NY. This initiative aims to replace outdated patient lifts with Guldmann GH3+ systems. Responses are due by May 15, 2026, at 15:00 EST.

Purpose & Scope

This is a Sources Sought Announcement for market research purposes only, not a solicitation. The Government seeks to identify potential qualified businesses interested in and capable of providing Guldmann GH3+ patient ceiling lift systems. The project involves the deinstallation of existing outdated units, procurement, installation, inspection, and staff training on the new Guldmann GH3+ lifts. This effort will be coordinated with Safe Patient Handling (SPH), Facilities Management Service (FMS), and Healthcare Technology Management (HTM).

Key Requirements

The required Guldmann GH3+ ceiling lifts must meet specific standards and specifications, including:

  • Compliance with NFPA 13, 101, 70, 99, and ISO 10535.
  • Feature a 2-point hangar bar and be compatible with manufacturer loop slings.
  • Mounted wall-to-wall for maximum lifting area, offering both traverse and straight track options.
  • Capable of picking patients up off the floor.
  • Internal scales with patient weight displayed on the hand control LCD, without external scale attachments.
  • Hand control must be securely attached to the lift.
  • Motors capable of lifting at least 600 lbs (standard) and 880 lbs (bariatric), with motorized vertical motion and GFCI protection.
  • Automatic charging anywhere on the track via continuous AC.
  • Include safeguards like emergency stop buttons and tool-free emergency lowering devices.
  • Installation must not interfere with existing building systems (sprinklers, HVAC, etc.), and any fire barrier penetrations must be immediately repaired.
  • Rooms must be returned to their original condition, with patched holes and no slotted ceilings.
  • The rail system and patient lift motor must be provided by the same manufacturer.

Submission Requirements

Interested parties must submit a written response including:

  • Company name, address, socio-economic status, point of contact, phone, fax, and email.
  • SAM UEI number, Cage Code, and Tax ID Number.
  • A capability statement detailing qualifications and ability to provide the specified commodities.

Contract Details

  • Opportunity Type: Sources Sought (Market Research)
  • NAICS Code: 339113 (Surgical Appliance and Supplies Manufacturing), Size Standard: 800 employees
  • PSC: 6530 (Hospital Furniture, Equipment, Utensils, And Supplies)
  • Set-Aside: Unrestricted - No Set-Aside
  • Place of Performance: James J. Peters VA Medical Center, Bronx, NY 10468

Response Information

Responses are due no later than May 15, 2026, at 15:00 Eastern Standard Time. Submissions should be sent to Paul Speedling, Contracting Officer, at Paul.Speedling@va.gov. Offerors must be registered in SAM.gov, and SDVOSB/VOSB firms must be registered and certified with the SBA. The Government will not reimburse costs associated with responding to this request.

People

Points of Contact

Paul SpeedlingContracting OfficerPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 6, 2026