SOLICITATION NOTICE
Z -- Install Patient Ceiling Lift 583-26-509
- Notice Date
- 1/30/2026 10:09:30 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25026Q0243
- Response Due
- 2/13/2026 7:00:00 AM
- Archive Date
- 05/14/2026
- Point of Contact
- Stacie Hill, Contract Specialist, Phone: 937-268-6511
- E-Mail Address
-
stacie.hill@va.gov
(stacie.hill@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- The Contractor shall provide and installation 20 Arjo brand overhead mounted patient lifts for the Richard L. Roudebush VA Medical Center, 1481 W 10th Street, Indianapolis, IN 46202. The overhead ceiling and wall mounted patient lift systems shall be complete with track system, lift units, motors and complete structural mounting system to attach to the existing structural/roof system. The contractor shall provide and install a complete XY or H Track Configuration with continuous charge based on the need of each room. Definitization of Equitable Adjustments: � When/if change orders are issued under the resulting contract, they will be issued under the following authority(s): FAR 52.243-5, Changes and Changed Conditions (APR 1984) (DEVIATION JUL 2025), and VAAR 852.243-70, Construction Contract Changes Supplement (SEP 2019). � The agency will following the procedures located at FAR 43, VAAR 843 and VAAM M843. The Contracting Officer will make the final decisions for items not addressed by regulation or policy. � All responsible sources may submit a quotation, which will be considered by the agency. � At the time of submission of quotes, and at the time of award of any contract, the offeror must represent to the contracting officer that it is a SDVOSB/VOSB eligible under this subpart, small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition and certified SDVOSB/VOSB listed in the SBA certification database at https://search.certifications.sba.gov. � A joint venture may be considered eligible if it meets the requirements in 13 CFR part 128, and the managing joint venture partner makes the representations. To receive a benefit under the Veterans First Contacting Program, an otherwise eligible SDVOSB/VOSB certified pursuant to 13 CFR 128, must also meet SBA requirements at 13 CFR parts 121, 125, and 128 including the nonmanufacturer rule requirements at 13 CFR 121.406(b) and limitations on subcontracting at 13 CFR 125.6. The nonmanufacturer rule (see 13 CFR 121.406) and the limitations on subcontracting requirements apply to all SDVOSB and VOSB set-aside and sole source contracts above the micro-purchase threshold. In addition, an offeror shall submit a certification of compliance to be considered eligible for any award under this part (see 819.7004). Pursuant to 38 USC 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment from contracting with the Department for a period of not less than five years. This includes the debarment of all principals in the business. This is not a solicitation. The government intends to issue a solicitation around February 13, 2026. � ***End of Presolicitation Notice***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6b8a57fd98e14af2ba92a14cb172a6a0/view)
- Place of Performance
- Address: Richard L. Roudebush VAMC 1481 W. 10th Street, Indianapolis 46202
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN07702157-F 20260201/260130230038 (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 |