Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

65 -- Guldmann Patient Ceiling Lift Systems Brand Name or Equal to

Notice Date
12/17/2025 2:29:38 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0228
 
Response Due
12/31/2025 10:00:00 AM
 
Archive Date
01/15/2026
 
Point of Contact
Maureen Sundstrom, Contract Specialist
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, and other Small Businesses, interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Boise VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Nonmanufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339112. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic of the brand name item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery: Boise VA Medical Center 500 W. Fort St. Building 34 Boise, ID 83702 Items: Brand Name or Equal to Guldmann Patient Ceiling Lift System per the Salient Characteristics listed and Statement of Work below: Description/Part Number* Qty Price Extended Amount Resident Rooms: GH3+ 605 lb. Advanced Room Covering System with Advanced Bathroom Accessories Including: Design, Installation, Hanger Bar, and Clinical Training 11 Bariatric Resident Room GH3+ 825 lb. Advanced Room Covering System with Advanced Bathroom Accessories Including: Design, Installation, Hanger Bar, and Clinical Training 1 ICU GH3+ 825 lb. 3X3 Meter Room Covering System with Scale Including: Installation, Hanger Bar, and Clinical Training 9 ICU Barriatric GH3+ 1100 lb. 3X3 Meter Room Covering System (6 drop) with Scale Including: Installation, Hanger Bar, and Clinical Training 1 ICU and ICU Barriatric Removal of current systems 10 TOTAL � � SALIENT CHARACTERISTICS Salient Characteristics for Overhead Patient Lifts The Boise VA Medical Center SPHM training lab has over 800 staff members that utilize the Guldmann ceiling lift systems currently at the facility. All SPHM lifts are standardized and staff have been trained to ensure patient and safety and standardized protocol. The facility has a requirement for additional patient ceiling lifts, and it is essential to avoid staff and patient injury and to affect routine and time efficient practice, that the new lifts are standardized with what is currently used at the facility. The ceiling lifts in patient care rooms must have an integrated scale built into the motor casing that is operable via the lift handset, which is attached to the lift in a way that prevents loss and decrease in working height. The scale must be able to weigh the patient in either pounds or kilograms and the weight visible on the hand control. Weight capacity: The GH3+ 605 lifts and hanger bars must have a weight capacity of 605 lbs. The GH3+ 825 lifts and hangar bars must have a weight capacity of 825 lbs. The GH3+ 1100 lifts and hangar bars must have a weight capacity of 1100 lbs. Must have emergency stop Must have mechanical and electrical emergency lowering device Lift Speed all lifts: 60mm/sec (approximately 2.4 inches) Lift Interval: The system must allow for adequate lifting height allowing for transfer of patients from wheelchair/exam table/toilet, as well as adequate lifting height for turning and repositioning of the patient on the exam table, and for fall recovery if the patient is on the floor The GH3+1100 - The bottom of the lift hanger must not be below 80 inches from the finished floor when raised to its maximum height The GH3+ 825 Must have a standard lifting height of 2500 mm (98 inches) The GH3+ 605 Must have a standard lifting height of 2500 mm (98 inches) The hanger bars must be able to be changed out by the medical center s staff without the assistance of contractor, vendor, or special tools The emergency lowering feature must be operable without the use of any additional tools and the lift motor must be able to be reset by staff without any additional tools, allowing immediate use of the lift after activation of the emergency stop/lowering feature, without the need to call engineering or the manufacturer to reset the lift Lift motor internal gears must be made of metal, not plastic. Integrated Technology option to future upgrades to Bluetooth The system s operation must maintain a continuous charge on the rail Must be able to clean with cleaner/disinfectant to decontaminate both the lifts and the slings. Ceiling lifts must be compatible and warranted for use with loop slings including the full range of Guldmann lifting and repositioning slings, Arjo lifting slings, and Alpha Modalities repositioning slings Additional requirements: Minimum three year warranty to include parts and labor STATEMENT OF WORK DRAFT Background The Boise VA Medical Center (VAMC) has a requirement for the provision of Guldmann Ceiling Patient Lifts on a Brand Name or Equal basis in mobility challenged patients and to address the challenge of high risk for injury tasks. The patient lift systems shall be delivered for installation by the General Contractor in the Community Living Center at the Boise VAMC and safety certified after installation. Tasks The Contractor shall provide Ceiling Patient Lifts in accordance with the salient characteristics. The Contractor shall confirm delivery dates with the VA upon award. Modifications to the schedule shall be approved by the Contracting Officer. The Contractor shall coordinate delivery with the designated Point of Contact prior to arrival. Any deliveries that have not been coordinated in advance may be turned away and require rescheduling at no additional cost to the Government. The Contractor shall ensure all inspections and safety certifications are conducted by the manufacturer after installation. The Contractor shall provide a Basic Troubleshooting training class for 2 Boise VAMC staff to be scheduled upon award. Warranty All equipment shall be covered by a minimum warranty of at least three years. Contractors shall provide standard warranty information with their quotes. The Contractor shall warrant the equipment against defects in material and workmanship under normal use and service. The Contractor shall remove and replace off defective products at no additional cost to the Government. Warranty period shall begin on the first day following completed installation. Delivery Shipping shall be FOB Destination. Delivery shall take place during the hours of 7:00A 3:00P Monday through Friday, excluding holidays. The Contractor shall perform all tasks necessary to offload equipment from the truck, move all items to the correct location in the space, and remove any trash if applicable. The Government shall not enter the truck nor handle any equipment. The Contractor shall ensure all shipping documentation is handed to the Government logistics personnel at the VAMC warehouse. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 5. Scope 5.1. The lift system is to provide coverage in all patient care rooms and maximum coverage in patient bathrooms. 6. Security Requirements 6.1. PHI/PII will not be an issue since there will not be connected to a wireless system. Maintenance will not be included in this purchase, though a warranty will. All warranty and maintenance work will be completed onsite by FMS staff or vendor, who shall be escorted at all times. Must be manufacturer safety certified after installation for meeting capacities, intervals, safety functions, and speeds. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on December 31, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/261b59e6b6094d7abcf5f84a3bf8b67a/view)
 
Place of Performance
Address: Department of Veterans Affairs Boise VA Medical Center 500 W. Fort St., Boise 83702
Zip Code: 83702
 
Record
SN07669389-F 20251219/251217230039 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.