Lifts, Patient Equipment for Hospital
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) is conducting market research through a Request for Information (RFI) 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 inform the VA's acquisition strategy, including the feasibility of an SDVOSB set-aside. Responses are due April 22, 2026.
Purpose & Scope
The VA seeks to procure a ceiling-mounted patient lift system for safe patient handling and mobility in VA healthcare facilities. The system must adhere to stringent patient safety, infection control, and electrical compliance standards. The contractor will be required to provide the lift system (brand name or equal to Maxi Sky 2), including all necessary rails, supports, motors, controls, and accessories, along with complete installation, system testing, operational verification, and a minimum one-year warranty covering parts and labor.
Technical Requirements
Vendors must demonstrate capability to meet or exceed specific performance criteria, including lifting capacities of 120 kg (265 lbs), 200 kg (440 lbs), and 272 kg (600 lbs), with defined lifting and horizontal displacement speeds. Physical characteristics, electrical requirements (100-240 VAC, 50-60 Hz input, sealed rechargeable battery), and duty cycles are detailed. The system must comply with safety standards such as IEC 60601-1 (Type BF protection) and specific IP ratings (Lift: IP24, Hand control: IP7), and offer robust battery performance (e.g., 120 transfers at 100 kg). Charging options include track-mounted or in-rail continuous charging.
Response Requirements
Interested SDVOSBs must submit:
- Company Information: Business name, address, Point of Contact (POC), UEI number, and proof of SDVOSB certification in VetCert.
- FSS Contract Information: Contract number and applicable SIN(s) under FSC 6515.
- Technical Capability: A statement confirming "brand name or equal" capability to the Maxi Sky 2.
- Installation Capability: Description of installation approach and experience in medical facilities.
- Warranty Confirmation: Assurance of a minimum one-year warranty for parts and labor.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS: 339112 (Surgical and Medical Instrument Manufacturing)
- FSC: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Response Due: April 22, 2026
- Published: April 15, 2026
Submission & Disclaimer
Responses should be submitted via email to Matthew Brown (matthew.brown11@va.gov). This RFI is for market research and planning purposes only and does not constitute a solicitation or commitment by the Government. The Government will not pay for information submitted.