J065--DC Ceiling Lift Replacement RFQ
SOL #: 36C24526Q0269Combined Synopsis/Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States
Place of Performance
Washington, DC
NAICS
Surgical and Medical Instrument Manufacturing (339112)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 14, 2026
2
Submission Deadline
May 28, 2026, 4:00 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), Network Contract Office 5, is seeking proposals for a Fleet Replacement Acquisition solution for all Ceiling Lifts at the Washington DC VAMC. This Small Business Set-Aside opportunity requires the supply, installation, and ongoing support for a fully operational patient ceiling lift system. Proposals are due May 28, 2026, at 12:00 PM EST.
Scope of Work
The successful vendor will provide all labor, personnel, equipment, and services necessary to replace existing ceiling lifts. This includes:
- Supply & Installation: 276 standard and 6 bariatric ceiling lift motors, along with all associated hardware, parts, rails, accessories, and track systems (up to 18'x18').
- Infrastructure Management: Identification and resolution of conflicting infrastructure, structural deficiencies, and provision of comprehensive drawings (electrical, ICRA, HEPA cart, HVAC, lighting).
- Comprehensive Services: Deinstallation of old systems, installation of new, one year of service, and a minimum 3-year warranty on lift motors and rail systems. Vendor must use OEM certified parts and service, and ensure technicians are OEM certified and trained.
- Compliance: Adherence to VHA Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) protocols.
- Technical Requirements: Phased installation to minimize patient impact, load testing using a certified weight cart, electrical malfunction resolution, and incidental repairs.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business
- NAICS Code: 339112 (Surgical and Medical Instrument Manufacturing) with a size standard of 1000 employees.
- PSC: J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies)
- Place of Performance: Washington DC VAMC, Washington, DC.
Submission & Evaluation
- Site Visit: May 4, 2026, at 10:00 AM EST. Vendors must notify attendance by May 1, 2026.
- Questions Due: May 9, 2026, at 12:00 PM EST, submitted in writing to Stephanie Henderson.
- Proposals Due: May 28, 2026, at 12:00 PM EST.
- Evaluation: Award will be based on a "Best Value" comparative evaluation considering Technical/Implementation Capability, Price, and Past Performance.
- Submission Options: Offerors may provide up to three quotes: 1) adapting to existing tracks, 2) replacing all equipment and tracks, or 3) proposing an alternative Statement of Work for commercial ideas. Incomplete or non-conforming responses will be considered non-compliant.
Contact Information
- Point of Contact: Stephanie Henderson (stephanie.henderson3@va.gov)
People
Points of Contact
stephanie.henderson3@va.govstephanie.henderson3@va.govPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026