SOURCES SOUGHT
65 -- 36C252-26-AP-0408 CEILING LIFT REPLACEMENT 401B-403 /TOMAH VA
- Notice Date
- 11/12/2025 8:55:46 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25226Q0090
- Response Due
- 11/26/2025 10:00:00 AM
- Archive Date
- 01/25/2026
- Point of Contact
- Mack Taylor, Contract Specialist, Phone: 414-844-4850
- E-Mail Address
-
mack.taylor2@va.gov
(mack.taylor2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 2 of 8 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide Guldmann GH3+ system patient ceiling lifts or equal at the Tomah VA Medical Center Line item 0001: 10 SYSTEM, TRACK 825 LBS SINGLE RAIL BATHROOM Line item 0002: 7 SYSTEM, TRACK ROOM COVERING Line item 0003: 5 SYSTEM, TRACK SMALLER NON-RECESSED ROOM COVERING Line item 0004: 4 SYSTEM, TRACK NON-RECESSED 10' X 10' ROOM COVERING Line item 0005: 1 SYSTEM, RAIL TRACK 56' Line item 0006: 4 HOIST, INTEGRATED WITH SCALE/HANGER BAR 825 LBS Line item 0007: 7 HOIST, SWL AND HANGER 605 LBS Line item 0008: 10 INSTALLATION Line item 0009: 7 INSTALLATION Line item 00010: 9 INSTALLATION 5 X 5 Line item 00011: 1 INSTALLATION HALLWAY 56' Line item 00012: 20 REMOVAL OF EXISTING LIFTS Line item 00013: 1 DESIGN/DRAFTING Line item 00014: 16 SCALE, HOIST WITH HANGER BAR 605 LBS General Requirements: SOW for Tomah VA Medical Center Patient Ceiling Lifts Purpose: The Tomah VA Medical Center requires purchase and installation of patient ceiling lift systems for safe patient handling and mobility to replace the current LIKO lift that does not meet the VHA required load testing standard as part of the annual preventive maintenance checks. This procurement will involve both equipment and installation of lifts. Brand name or equal: Guldmann GH3+ Patient ceiling lift systems, includes equipment and installation for the Tomah VAMC and Community Based Outreach clinics in Wausau and LaCrosse, Wisconsin. Project Scope: The purchase shall consist of design services, purchase of all listed hardware below, delivery and onsite services for full installation and initial certification of the equipment. This includes all travel, labor, and parts including onsite delivery, extended installation, set up and configuration from one manufacturer. A. General Specifications: a. Design services: i. Upon award, installation drawings shall be provided to show structural supports to the underside of structure. Structural calculations for the support of the track and its attachment to ceiling structure shall be submitted. Shop drawings used in shall be PDFs, and either 2D CAD files or 3D BIM files showing structural support to underside of structure. Shop drawings shall also provide general room layout with bed position and all obstructions to ceiling lift. ii. Manufacturer shall provide BIM (Building Information Model) for clash detection on the request of the COR, VA Construction Agent, or General Contractor. b. System Specifications: i. GH3+ ceiling lifts: The Lift Unit shall be constructed of a steel frame system driven by a gear-reduced, high-torque, horizontal axis motor. 1. The ceiling lift motor shall have an integrated Class III scale with LCD screen that allows users to read weights off the hand control. a. Scale must be internal and not decrease the lifting height of the system. Detachable scales do not meet this requirement. Quantity 17 2. Lifts with a minimum 825 lbs. weight capacity, must be controlled by one (1) hand control. Quantity 4 a. Weight capacity shall be achieved using a single lift motor. 3. Lifts with a minimum 605 lbs. weight capacity, one lift per room. Quantity 23 4. Electronic soft-start and soft-stop motor control. 5. Shall have an emergency manual lowering device. This emergency manual lowering device cord shall be red. Operation of the emergency manual lowering device shall be in such a way that users can apply continuous pull to the cord to facilitate slow descent of the patient. 6. Emergency stopping device - when activated, all vertical movement must cease at maximum load. 7. Current limiter for circuit protection in case of overload. 8. Safety device that stops the motor to lift when batteries are low. 9. Emergency brake (in case of mechanical failure). 10. Hanger bar shall be able to reach the floor. a. Lifting strap shall be a minimum of 98 . 11. Cab: VO plastic fire retardant, UL 94. 12. Hand controller shall be able to be stored securely to the hanger bar and without the use of magnets which may interfere with a pacemaker. 13. The safe working load of the ceiling lift motor shall be clearly labeled on the outside of the ceiling lift motor. 14. The life cycle (number of charging cycles) for batteries shall comply with IEC 6100-1-2. 15. Provide rechargeable batteries with up to 120 transfers with a load of 200lbs (74kg) (for repositioning) 16. The ceiling lift system (motor/hanger assembly) shall be approved for use with any manufacturers loop style slings. 17. See Appendix B for breakdown of lift quantities and type specifics. ii. Slings: 1. The straps shall meet ISO 10535, Appendix A guidelines. The straps shall ensure the patient s safety by preventing the patient from falling out of the sling. 2. The sling shall meet ISO 10535, Appendix A guidelines. The sling shall cradle the body of the patient. Bariatric slings shall be rated up to 825 lbs. iii. Hanger Bars: The hanger bar style shall be the suspension point style compatible with the lift strap. iv. Continuous charge track systems 1. The ceiling track shall be made from high-strength extruded aluminum. Provide anchor supports at the ceiling substrate. 2. Installed rail shall be security tested for 1.5 times greater than the motor s weight capacity and maximum allowable deflection of a horizontal rail is no more than 1/16th inch per 7.87 inch of track length per ISO 10535 standards. 3. Essential physical characteristics: (see Appendix B for track style details.) a. Non-recessed, continuous charge, room covering track system with single rail, single bathroom curve. Structural deck mounted. Quantity 10 b. Bariatric Non-recessed, room covering track system. Structural Deck mounted. Quantity: 7 c. Non-recessed room covering track system. Structural Deck mounted. Quantity: 5 d. Non-Recessed room covering track system. Structural deck mounted. Quantity: 4 e. Recessed single rail track system. Quantity: 1 f. See Appendix B for track details. a. The Ceiling Track shall be made from high strength extruded aluminum. Provide anchor supports at ceiling substrate. b. Installed rail shall be security tested for 1.5 times greater than the motor s weight capacity and maximum allowable deflection of a horizontal rail is no more than 1/16th inch per 7.87 inch of track length per ISO 10535 standards. 6. See Appendix B for track details. c. Installation Services: i. Install ceiling mounted patient lift system as per manufacturer's instruction and under the supervision of manufacturer's qualified representative and as shown on drawings. ii. If the distance in between the suspended ceiling and anchors is more than 18 consult with manufacturer to determine if lateral braces will be required. iii. Final Inspection of installed ceiling mounted patient lift systems shall be conducted in accordance with the manufacturer s installation checklist and the facilities installation checklist (Patient Safety Alert AL14-07) prior to use for patient movement. d. Training: i. Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system equipment. Deliverables or Delivery Schedule: The contractor shall deliver and install the ceiling lift systems. After contacting COR (or COR designee) at the VA, a specific time will be scheduled for the delivery of the product and the installation of the product. All quantities are listed above that should be delivered. Timing for installation shall be scheduled with the COR and must be flexible as items are being installed in conjunction with the project. They shall be delivered to the following address: ATTN: Biomedical Engineering Tomah VAMC 500 East Veterans Building 402 (Warehouse) Tomah, WI 54660 The Vendor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. Working space and space available shall be as determined by the COR. Workmen are subject to rules of the Medical Center applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or offsite of the VA premises. Execute work so as to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Vendor shall keep work, storage, and staging areas clean and neat. Vendor shall provide sufficient trash containers so that there is no debris lying around. Debris will be removed daily by the Vendor unless otherwise directed. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM Local Time (CST) excluding national holidays. All services shall be performed during normal hours unless otherwise scheduled with the COTR or his/her designee, with the exception of scheduled training. Contractor shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. Contractor shall fully minimize noise possible while working in all buildings and wear all required Personal Protective Equipment (PPE). Federal Holidays observed by Tomah VA are: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day Place of Performance The place of performance will be at Tomah VA Medical Center, Tomah, WI. Period of Performance The Contractor warrants that the items will be free from defects from materials and workmanship under normal use for a period of not less than one (1) year for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. All labor, time, materials, equipment, travel and supplies necessary to keep equipment operational during the warranty period shall be included. Phone response to warranty issues within 1 hour and on-site response with 24-hours is required. Appendix B Quantity-Rail Type - lift type 401B-403 VAAR 852.212-71 GRAY MARKET ITEMS will be applicable to any request for quote for this item. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. SAM Unique ID number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Specialist, Mack Taylor, at Mack.Taylor2@va.gov no later than 12:00 PM (Central Standard Time), 26 November 2025. 36C25226Q0090 Guldmann G3 Ceiling Lifts shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 339113 Surgical Appliance and Supplies Manufacturing, is applicable to this acquisition; the size standard is 800 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a17cf49bbae74ea4a406e3eaf1f9cc3e/view)
- Record
- SN07640359-F 20251114/251112230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |