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

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

People

Points of Contact

stephanie.henderson3@va.govstephanie.henderson3@va.govPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
J065--DC Ceiling Lift Replacement RFQ | GovScope