Biomed/Safe Patient Handling - Patient Lifts for CT Room 1D252 1D244
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), specifically the VA Southern Nevada Healthcare System (VASNHS), is conducting Sources Sought market research to identify qualified contractors for the design, provision, and installation of ceiling patient lift systems in CT Rooms 1D252 and 1D244. This effort supports Safe Patient Handling and Mobility (SPHM) initiatives. Responses are due by February 25, 2026, at 13:00 PST.
Scope of Work
The project involves the installation of ceiling patient lift tracks and associated infrastructure in CT rooms 1D252 and 1D244 at the VASNHS in North Las Vegas, NV. The contractor will be responsible for the design, installation, and clinical training for the patient lift system. This includes providing initial setup materials, ensuring final electrical connections (for VA-provided 770lb motors), implementing infection control measures, providing shop drawings for VA approval, and ensuring structural engineering integrity. The contractor must also furnish all necessary parts, labor, materials, and equipment, and handle cleaning, trash removal, and deinstallation/disposal of existing tanks.
Key Requirements / Salient Characteristics
The required patient lift system, such as a Guldman 4x4 Meter B Rail Room Covering System or equal, must feature automatic, hands-free operation with dynamic body weight support, adjustable offload weight, and an internal Class III scale. It must have a minimum lifting speed of 2.2 inches per second at maximum load, a wireless interface for usage analytics, and a track rail system allowing seamless transitions via a non-motorized automatic gate. The manufacturer must have over 40 years of experience with no FDA recalls, and the lift unit must be UL certified. A minimum 3-year warranty on lift units and slings, and a 5-year warranty on batteries (with an option for 10-year extended), are required. The contractor must also provide end-user training and 5 years of annual Clinical SPHM Training. Systems must be engineered to support 550-1100 lbs and withstand 1.5 times the rated working load.
Submission Details
Interested parties must submit a statement of interest, company qualifications, business name/address, SAM UEI, Point of Contact information, business size, and socioeconomic category. Product information, capability statements, and site preparation details (if applicable) are also requested. Responses, not exceeding 10 double-sided pages, must be emailed to jason.olliff@va.gov by February 25, 2026, at 13:00 PST.
Eligibility & Set-Aside
This is a market research effort to determine if a small business set-aside, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB), is feasible. Respondents must provide their business size and socioeconomic category and complete VAAR Clause 852.219-78 to be considered for SDVOSB/VOSB market research purposes.
Additional Notes
This is strictly for market research and planning purposes; no contract will be awarded as a result of this notice. The government will not entertain questions regarding this Sources Sought notice. Responses are voluntary.