Loading...
36C24W26Q0146
Response Deadline
Apr 22, 2026, 2:00 PM(EDT)6 days
Eligibility
Contract Type
Sources Sought
Department of Veterans Affairs (VA)
Request for Information (RFI)
Ceiling Track Patient Lift System (Brand Name or Equal to Maxi Sky 2)
FSC: 6515 | NAICS: 339112 (Surgical and Medical Instrument Manufacturing)
1. Purpose
This Request for Information (RFI) is issued by the Department of Veterans Affairs (VA) for market research purposes only in accordance with FAR Part 10. The VA is seeking to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of providing a ceiling track patient lift system that meets or exceeds the specifications of the Maxi Sky 2.
This RFI will assist the Government in determining acquisition strategy, including the feasibility of a set-aside in accordance with the "Rule of Two" under VAAR 819.7005.
________________________________________
2. Set-Aside Consideration (VA Specific)
In accordance with 38 U.S.C. 8127 and VAAR Subpart 819.70, the VA will give priority to SDVOSBs and VOSBs.
Interested vendors must be verified in the Veteran Small Business Certification.
________________________________________
3. Background
The VA is seeking to procure a ceiling-mounted patient lift system to support safe patient handling and mobility within VA healthcare facilities. The system must meet stringent patient safety, infection control, and electrical compliance standards applicable to VA medical environments.
________________________________________
4. Scope of Requirement
The contractor shall provide:
- A ceiling track patient lift system (brand name or equal to Maxi Sky 2)
- All required rails, supports, motors, controls, and accessories
- Complete installation
- System testing and operational verification
- A minimum one (1) year warranty covering parts and labor
________________________________________
5. Minimum Technical Requirements
Vendors must demonstrate capability to meet or exceed the following:
Performance & Capacity
- Lifting capacities: 120 kg (265 lbs), 200 kg (440 lbs), 272 kg (600 lbs)
- Lifting speeds:
o 5.1 cm/sec (no load)
o 4.2 cm/sec (120 kg)
o 3.8 cm/sec (200 kg)
o 3.3 cm/sec (272 kg)
- Horizontal displacement speeds: 10, 15, and 20 cm/sec (4", 6", 8"/sec)
- Maximum stroke: 2300 mm (90.6 inches)
Physical Characteristics
- Lifter weight:
o Four-function: 12.3 kg (27 lbs)
o Two-function: 11.6 kg (26 lbs)
- Strap length: 2500 mm (90.6 inches)
- Operating force: < 5 N
Electrical Requirements
- Input: 100240 VAC, 5060 Hz
- Battery: Sealed rechargeable valve-regulated lead acid
- Charger output: 28.1 VDC, 1 A max
- Motors:
o Horizontal: 24 VDC, 62 watts
o Vertical: 24 VDC, 360 watts (2 minutes max)
- Duty cycle:
o Up/Down: 10% (2 minutes continuous)
o Left/Right: 20% (5 minutes continuous)
Safety & Compliance
- Noise: 61 dBA
- Protection class: Internally powered equipment
- Compliance: IEC 60601-1 (Type BF protection)
- IP ratings:
o Lift: IP24
o Hand control: IP7
Battery Performance
- 120 transfers at 100 kg (220 lbs)
- 70 transfers at 200 kg (440 lbs)
- 32 transfers at 272 kg (600 lbs)
Charging
- Track-mounted charging station or in-rail continuous charging capability
________________________________________
6. Vendor Response Requirements
Interested SDVOSBs shall submit:
1. Company Information
2. Business name, address, and POC
3. UEI number
4. Proof of SDVOSB certification in VetCert
5. FSS Contract Information
6. Contract number
7. SIN(s) applicable to FSC 6515
8. Technical Capability
9. Statement confirming "brand name or equal" capability
10. Installation Capability
11. Description of installation approach and experience in medical facilities
12. Warranty Confirmation
13. Minimum 1-year warranty (parts & labor)
________________________________________
7. Submission Instructions
Responses shall be submitted via email to:
Matthew Brown
Response Deadline: 04/17/2026
________________________________________
8. Disclaimer
This RFI is issued in accordance with FAR 15.201(e) and is for information and planning purposes only. This is not a solicitation and shall not be construed as a commitment by the Government. The Government will not pay for any information submitted in response to this notice.
DEPARTMENT OF VETERANS AFFAIRS
DEPARTMENT OF VETERANS AFFAIRS
RPO WEST (36C24W)
RPO WEST (36C24W)
3230 PEACEKEEPER WAY
MCCLELLAN, CA, 95652
NAICS
Surgical and Medical Instrument Manufacturing
PSC
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)