6530--Patient Ceiling Lifts
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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) Boston Healthcare is conducting market research through a Sources Sought notice for a potential Blanket Purchase Agreement (BPA) for the procurement, installation, and servicing of patient ceiling lifts for VISN 1 (New England Healthcare System). This is for preliminary planning purposes only, and no proposals are being requested at this time. Responses are due May 21, 2026.
Scope of Work
The VA is seeking domestically manufactured products that are brand name or equal to Likorall 242S, 243 ES, 250 ES, and Likoguard XL. Proposed lift systems must be compatible with the existing OEM Hill-Rom rail system. Specific requirements include:
- Traverse Ceiling Lifts: 550 lbs (in-rail charging), 800 lbs (in-rail charging), and 550 lbs with bathroom access (wall charging).
- Bariatric Traverse Ceiling Lifts: 1100 lbs (in-rail charging).
- Bariatric Hybrid Traverse Ceiling Lifts with Bathroom Access: 1100 lbs in room, 550 lbs into bathroom (wall charging).
- Straight Rail Ceiling Lifts: 550 lbs (in-rail charging).
- Semi-Private Traverse Ceiling Lifts: 550 lbs (in-rail charging).
- Replacement Motor Packages: For 550 lbs, 507 lbs, and 440 lbs capacities, including specific battery types, charging methods, lifting speed, motor weight, emergency lowering, sound level, and safety features. A minimum 3-year warranty is required. Preference will be given to domestic end products.
Contract & Timeline
- Type: Sources Sought / Market Research (anticipates Firm Fixed-Price BPA)
- Anticipated Ordering Period: Five years
- Set-Aside: None specified (market research to identify socio-economic status)
- Response Due: May 21, 2026, 11:00 AM Eastern Time
- Published: May 7, 2026
Submission & Evaluation
Interested firms must be registered in SAM.gov. Responses should include:
- Company name, address, point of contact, phone number, and SAM UEI.
- Documentation of performance capability.
- Socio-economic status (e.g., large, SDVOSB, VOSB, small, woman-owned).
- Place of manufacture.
- Any other pertinent company documentation. SD/VOSB firms must also provide proof of SBA Vet Cert registration. This is strictly market research; no proposals are being accepted, and no contract will be awarded from this notice.
Additional Notes
The government will not pay for response costs, and respondents will not be notified of results. Submissions should be sent to kim.mccarthy@va.gov.