J065--REQUEST FOR INFORMATION | SUPPORT SERVICES NEEDED FOR PATIENT LIFTS (ANNUAL INSPECTIONS) - WAVERLY GLEN CEILING LIFTS (VA-26-00035567) | August 1, 2026 - July 31, 2027 Plus Four Option Years
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), Network Contracting Office 5 (NCO 5), is issuing a Request for Information (RFI) to identify vendors capable of providing annual inspection and support services for patient lifts, specifically Waverly Glen Ceiling Lifts, at the Washington DC VA Medical Center. This RFI is for planning purposes only to inform future acquisition strategy. Responses are due by March 27, 2026.
Purpose & Scope
The DC VAMC requires support for all ceiling-mounted patient lift assets to minimize downtime and ensure continuous patient care. The anticipated scope of work includes all parts, materials, labor, software/licenses, and resources for preventative maintenance, fixes/repairs, loaners, and replacements. The goal is to maintain equipment to its fullest capacity and prevent delays in patient care.
Anticipated Contract Details
While this is an RFI, the associated Statement of Work (SOW) outlines a potential Fixed-Price contract with an estimated value of approximately $292,197.00. The anticipated period of performance is August 1, 2026 - July 31, 2027, with four additional option years, extending potentially through July 31, 2031. Delivery of any required equipment is expected within 90 days of contract award. The Product Service Code is J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies).
Response Requirements
Interested vendors are requested to provide:
- Business name (including Unique Entity ID).
- Business type and socio-economic status.
- Point of contact details.
- Capability statement and summary of previous experience (VHA or similar facilities).
- Available contract vehicles (e.g., GSA FSS) with applicable NAICS codes.
- Brief summary of services the company can/cannot provide.
- Certifications/licenses for local requirements at DC VAMC.
- Confirmation of capability to meet performance requirements and comply with subcontracting limitations, including intent to self-perform or subcontract, and how compliance will be ensured.
Submission & Evaluation
Responses must be submitted via email to Crystal Brown at Crystal.Brown5@va.gov by 4:00 PM (ET) on Friday, March 27, 2026. The subject line should be: "36C24526Q0366 – REQUEST FOR INFORMATION | Company Name". Anticipated evaluation factors for a future Request for Quotation (RFQ) include Technical Capabilities, Past Performance, Quality, and Price.
Set-Aside
This RFI is for market research purposes and will inform the development of the acquisition strategy, including potential set-aside decisions (e.g., SDVOSB, small business set-aside, or full and open competition). No set-aside is specified at this RFI stage.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation. The VA assumes no responsibility for costs incurred by vendors in responding to this notice. The SOW also details on-site procedures (e.g., COVID-19 screening, mask requirements, non-smoking policy), installation, training, inspection, and electronic invoicing via Tungsten Network.