Z1DA--Install Patient Ceiling Lift 583-26-509
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 Richard L. Roudebush VA Medical Center in Indianapolis, IN, is soliciting proposals for the installation of overhead mounted patient ceiling lift systems. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The requirement includes the provision and installation of 20 Arjo brand patient lifts. Proposals are due by March 24, 2026, at 2:00 PM ET.
Scope of Work
The contractor shall provide and install complete overhead ceiling and wall-mounted patient lift systems, including track systems, lift units, motors, and structural mounting. Key requirements include:
- Brand: 20 Arjo brand patient lifts (18 Maxi Sky 2 Series and 2 Maxi Sky 1000).
- Configuration: Complete XY or H Track Configuration with continuous charge.
- Capacity: Minimum hoist capacity of 600 lbs, or 1,000 lbs for bariatric applications.
- Installation Services: Removal of all previous overhead mounted patient lifts, appropriate configuration, and direct mounting to the building's existing structural/roof system.
- Certification: Installation must include certification for compliance as required by AL14-07PSA Checklist.
- Personnel & Parts: Service must be provided by OEM certified technicians using certified OEM parts.
- Coordination: All work must be coordinated through the COR/Richard L. Roudebush VAMC Healthcare Technology Management staff and Clinical staff during normal business hours.
Contract Details
- Contract Opportunity Type: Solicitation
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries).
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Place of Performance: Richard L. Roudebush VAMC, 1481 W. 10th Street, Indianapolis, IN 46202.
- Wage Determination: General Wage Determination (IN20260002) for Building Construction in Indiana applies, requiring compliance with prevailing wage rates and fringe benefits.
- Subcontracting Limitations: Offerors must submit a mandatory certification (VAAR 852.219-75) confirming that for general construction, no more than 85% of the amount received will be paid to non-SDVOSB/VOSB firms (excluding material costs).
Submission & Evaluation
- Response Due Date: March 24, 2026, at 2:00 PM ET.
- Mandatory Submission: ATTACHMENT III - Instructions for VAAR 852.219-75 (Limitations on Subcontracting certification) must be completed and submitted with the offer. Failure to do so will result in rejection.
- Inquiries: Questions must be submitted using ATTACHMENT II - RFI Form to Stacie Hill (Stacie.Hill@va.gov) and will be answered via amendment.
Additional Notes
An "Arjo Brand Lift Single Source Determination" document justifies the brand-name requirement for Arjo lifts due to the existing 223 Arjo lifts at the facility, ensuring standardization and seamless operation.