SOLICITATION NOTICE
N -- Ceiling-Mounted Patient Lifts and Rails Replacement
- Notice Date
- 7/2/2025 12:35:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24825Q0925
- Response Due
- 7/21/2025 9:00:00 AM
- Archive Date
- 09/04/2025
- Point of Contact
- Jose E. Ortiz-Velez, Contracting Officer, Phone: 813-938-0593
- E-Mail Address
-
Jose.Ortiz-Velez@va.gov
(Jose.Ortiz-Velez@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication refers to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 4 0001 07-02-2025 36C248 Department of Veterans Affairs Network Contracting Office 8 (NCO 8) 8875 Hidden River Pkwy. Tampa FL 33637 36C248 Department of Veterans Affairs Network Contracting Office 8 (NCO 8) 8875 Hidden River Pkwy. Tampa FL 33637 To all Offerors/Bidders 36C24825Q0925 06-26-2025 X X X ** HOUR & DATE for Receipt of Offers is EXTENDED to: 07-21-2025 12PM EDT X The purpose of this Amendment is to: 1. Post the responses from the questions pertaining to this Combined Synopsis/Solicitation (see below). 2. Incorporate a Site-Visit for this Combined Synopsis/Solicitation (see question 14 below for specifics). 3. Extend the RFQ date from 7/7/2025 @ 12PM EST. to 7/21/2025 @ 12PM EST. All remaining Terms and Conditions from the Combined Synopsis/Solicitation remain the same. NO LATE QUOTES will be accepted after the new RFQ deadline, which is Monday July 21, 2025 @ 12PM EST. Jose E. Ortiz-Velez Contracting Officer Ceiling-Mounted Patient Lifts & Rails Replacement - JAHVH Page 4 of 4 Questions and Answers for RFQ# 36C24825Q0925 Can you tell me where we could find the room dimensions for the rooms in this solicitation? Answer: Room dimensions vary; however, the rooms have existing ceiling lifts and motors that need to be removed and replaced. The dimensions of the existing rails in the rooms are as follows. Bedroom rails are 12 x 10 H-track / XY track system. Restrooms have a rail extending from the wall to the bedroom which measures 9 feet. The supporting H-track / XY track within the restroom measures from shower wall to sink/toilet wall 10 feet 11 inches. Room dimensions (total sq. ft) are listed on each blueprint (two (2) total) that was provided on www.SAM.gov. Additionally, measurements can be taken at the day and time of the scheduled site visit (see #14 below). Are there any restrictions on the method of installation? E.g. Concrete attachment, beam clamp install, wall supports. Answer: Drops are attached to metal beams in the ceiling structure. Would this be union or non-union? Answer: No, the Federal Government is not aware of any union involvement or restrictions. Would the Liko Motor 312450, Likorall 250 S IRC be acceptable. This motor would stay right in line with the other motors that the VA has. Answer: No, as the minimum lifting capacity is 600 pounds. This model only has a maximum weight capacity of 550lbs. Also, the National Center of Patient Safety has identified that the emergency stop does not function the way it should on this model. Liko makes a 600-pound model that would qualify but the model being presented with this Liko motor does not. Will electrical be required to be installed by Contractor? Answer: Electricity is already available to connect with the ceiling lifts. Currently the ceiling lifts that exist in space can charge in the room and in the restroom. The new lifts installed will need to do the same. Will door header modifications be required, if so, will they be carried out by facility or will Contractor be required to include within SOW? Answer: No. The doors leading to the restrooms have already been constructed to all the ceiling lift rails and motor to access an H-track / XY track in the restroom. Will the VA accept progress payments? Answer: The Federal Government will process invoices/payments upon each ceiling-mounted lifts and rails, once they have been properly/successfully installed. What is the ceiling height in the patient bathrooms? Answer: 9 1 What is the ceiling height in the patient bed areas? Answer: 9 1 Are there any specific ICRA level requirements? Answer: No. This is not a construction project. If the lifts are installed in active patient care areas, how many rooms will we be allowed to work in at any given time? Answer: Upon award, the Federal Government will work alongside the Awardee on scheduling, as multiple departments are involved with parts/availability of rooms with nursing, etc. We will work together on when parts will arrive, when the replacement will begin, how long it will take the crew to remove the existing rails and install new ones, how many rooms will need to be accessed per day, and how we will make the rooms available for the installers. Upon successful installation of the lifts and rails, the in-person training will then be scheduled soon after. Are the new lifts going to be installed as part of a larger construction project, or will the lifts be installed in active patient care areas? Answer: The lifts will be installed in active patient care areas. Please provide structural plans for the areas that will receive new lifts. Answer: Structural plans are on each blueprint (two (2) total) that was provided on www.SAM.gov. Please provide a bid date extension and site visit to allow vendors the opportunity to gather critical information to provide an accurate proposal. The SOW states It is strongly recommended that the contractor perform a thorough site evaluation prior to submitting a proposal . Answer: The Federal Government, along with our mission partners (subject matter experts) have decided to host a Site-Visit on Monday July 14, 2025 @ 9AM EST. Interested parties/firms will meet in the lobby of the Spinal Cord Injury (SCI) Building (Bldg. 38) @ James A. Haley Veterans Hospital (JAHVH) in Tampa, FL and will be escorted to two (2) units for a walk-through of the space and access a room to measure and see the structure above the ceiling tiles. Therefore, the RFQ will be extended and closed on Monday July 21, 2025 @ 12PM EST. NO LATE QUOTES will be accepted. All remaining terms and conditions of the Combined Synopsis/Solicitation will remain the same. *** This is a courtesy reminder that ALL vendors who wish to participate for this procurement need at JAHVH MUST complete/submit the Limitation of Subcontracting (LoS) Certification Clause (see Combined Synopsis/Solicitation) along with your quote and New Vendor Form (Attachment 2). Failure to provide the completed/signed LoS Certification Clause, will result as an incomplete package and deemed ineligible for evaluation and award, per VAAR 519.7004 (b) 1&2: Limitations on Subcontracting compliance requirements. ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28eb8285f47140faa76909db5439da9f/view)
- Place of Performance
- Address: Department of Veterans Affairs James A. Haley Veterans' Hospital (JAHVH) 13,000 Bruce B. Downs Blvd., Tampa, FL 33612, USA
- Zip Code: 33612
- Country: USA
- Zip Code: 33612
- Record
- SN07497048-F 20250704/250702230042 (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 |