Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2025 SAM #8663
SOLICITATION NOTICE

65 -- NX EQ Lifts: Patient Transfer: Floor: Loop Based

Notice Date
8/13/2025 1:28:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G25R0047
 
Response Due
8/29/2025 11:00:00 AM
 
Archive Date
12/06/2025
 
Point of Contact
Jalima J. Jones, Contract Specialist
 
E-Mail Address
Jalima.Jones@va.gov
(Jalima.Jones@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Solicitation Number:� � 36C10G25R0047� � Notice Type:� � Combined Synopsis/Solicitation� � � Synopsis:� � COMBINED SYNOPSIS/SOLICITATION� This is a combined synopsis/solicitation for brand name, or equal commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.� Solicitation number 36C10G25R0047 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04, dated 11 June 2025.� Requirement Description:� VA has a requirement to purchase Lift Patient Transfer: Floor: Loop Based to deliver patient care to its VA Medical Centers around the country. Lift Patient Transfer: Floor Based: are designed for hoisting and transferring a patient safely and with minimal physical effort. These lifts consist of a C-shaped or U-shaped support base usually including casters, a vertical mast, a pivoting boom, a swivel bar, a hanger bar or spreader bar with hooks to accommodate loop-based slings, and the lifting mechanism; they are manually, electrically, or battery operated using hydraulic or screw jack lifting mechanisms. Patient lifts are frequently used to transfer patients (e.g., to and from a wheelchair, toilet, or bathtub), reducing the risk of injury to those assisting with the transfer (typically only one person) and of patient drop. A single award Requirements contract will be awarded IAW FAR 52.211-6 Brand Name or Equal in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions.� � The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing, Product Service Code: 6515, and the associated size standard is 800 employees. This procurement action is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB).� This acquisition is for a single award Requirements contract in accordance with FAR Part 16.5 for EZ Way® brand name or equal Lift Patient Transfer: Floor: Loop Based as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ LIFT PATIENT TRANSFER FLOOR LOOP BASED. All interested companies shall provide a proposal for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX EQ LIFT PATIENT TRANSFER FLOOR LOOP BASED. The ordering period is for one 12-month base year with four 12-month option years. Delivery is a FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities.� � The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision.� The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition.� The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.� Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.� Addendum is attached.� Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.� Addendum is attached.� All interested quoters must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at� https://sam.gov/SAM/.� Questions regarding this combined synopsis/solicitation are due via email by 2:00PM Eastern Standard Time (EST) on August 21, 2025, to Contract Specialist, Jalima Jones at Jalima.Jones@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov No calls will be accepted. Proposal are due via email by 2:00PM EST on August 29, 2025, to Contract Specialist, Jalima Jones at Jalima.Jones@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov SCOPE OF WORK� � � The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified Lift Patient Transfer: Floor: Loop Based product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award.� � Lift Patient Transfer: Floor: Loop Based: are designed for hoisting and transferring a patient safely and with minimal physical effort. These lifts consist of a C-shaped or U-shaped support base usually including casters, a vertical mast, a pivoting boom, a swivel bar, a hanger bar or spreader bar with hooks to accommodate loop-based slings, and the lifting mechanism; they are manually, electrically, or battery operated using hydraulic or screw jack lifting mechanisms. Patient lifts are frequently used to transfer patients (e.g., to and from a wheelchair, toilet, or bathtub), reducing the risk of injury to those assisting with the transfer (typically only one person) and of patient drop. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Lift Patient Transfer: Floor: Loop Based to be used by VHA clinicians throughout the United States and its territories. The period of performance is for one 12-month base period with four 12-month option periods.� 2. REQUIREMENT� This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the offeror indicate that each product being offered as an equal product to the EZ Way® or equal, Lift Patient Transfer: Floor: Loop Based. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer (CO) and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements.� The following line-items comprise the Lift Patient Transfer: Floor: Loop Based product line: Contract Line-Item Number� Brand� Part Number� Description� 0001 EZ Way L500PN-03 Loop-based full-body patient lift with loop-based hanger bar, 500-pound capacity minimum 0002 EZ Way L500PS-03 Option for a Scale with the ability to lift with capacity equal to lift capacity 0003 EZ Way LLB500PN Low base lift with option to fit under stretcher with 2.5-inch clearance 0004 EZ Way 11871 Battery Replacement 0005 EZ Way 11860 Wall Mount Battery Charger 0006 EZ Way Caster Option Optional Caster Sizes (Lift is available in optional 2"", 4"" or 5"" caster) The Department of Veterans Affairs (VA) is seeking SDVOSB vendors who can provide EZ Way® brand name or equal Lift Patient Transfer: Floor: Loop Based as listed above which meet all the following salient characteristics below. The Government intends for offerors to include all ancillary items, to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A - Price Cost Schedule) of the solicitation. Additionally, responses can include any additional product and other product-related services necessary to obtain the supplies as required that may be beneficial and essential to the functionality of the proposed solution. These items must be clearly identified by brand name and part number. When offerors include their additional proposed product items/services, these items may be considered for evaluation and must be captured in the vendor s pricing volume with an estimated quantity of zero. SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION APPLICABLE CLINs PAGE # WHERE SC IS FOUND IN TECHNICAL LITERATURE� SC 1 Options for multiple wheel heights, including an option of a low base that allows passage under a stretcher with 2.5-inch clearance and an option of 3-inch wheels or larger. Literature Review 0001-0002 SC2 Must have an option for a scale that meets the full capacity of the lift. Literature Review 0001-0002 SC3 Weight capacity: 500 lbs. minimum. Literature Review 0001-0002 SC4 Lifting must be motorized/battery powered. Literature Review 0001-0002 SC5 Lift must be tested in accordance with ISO 10535:2021 Literature Review 0001-0002 SC6 Lift must provide emergency stop and both electronic and manual emergency lowering. Literature Review 0001-0002 SC7 Must be compatible with disposable, wipeable, and washable slings. Literature Review 0001-0002 SC8 Lift must allow for ambulation. Literature Review 0001-0002 SC9 Legs must widen to a minimum of either 38 internal width or 48.2 external width. Literature Review 0001-0002 SC10 Lift s Max exterior width with legs closed must not exceed 31.6 Literature Review 0001-0002 SC11 Must offer extra battery and charging unit. Literature Review 0001-0002 SC12 It must allow for use of repositioning sling. Literature Review 0001-0002 SC13 Lifting range must allow for floor rescue and ambulation of patients up to 6 feet tall (hanger bar hooks can reach 24.5 inches or lower and 70 inches or higher) Literature Review 0001-0002 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION APPLICABLE CLINs PAGE # WHERE SC IS FOUND IN TECHNICAL LITERATURE� SC14 All Accessories must work with associated brand of lift Literature Review 0003 - 0006 Evaluation Sub-factors Safety Areas include but are not limited to the following: Prior adverse events and resolution, including FDA MAUDE reports. Design Areas may include but are not limited to the following: Availability of extra features such as walking handles Options for multiple wheel heights Lifting range Ease of adjustability of legs at full weight capacity Legs adjustable to accommodate wider chairs. Compatibility with variety of sling sizes, brands and materials. Multiple options for hanger bar design Effect of scale on lifting height Performance Areas may include but are not limited to: Lifting/Weight capacity of device Maneuverability of device, including turning radius and ability to fit into restrictive spaces. Usability and location of controls and indicators Ease of transferring patients Adjustability of lift Ability to be cleaned using hospital approved disinfectants/cleaners. Quality/Construction Aspect of the construction and quality of material of the device will be evaluated including but not limited to: Expected Life Span of the equipment. Number of Lifts at maximum weight with a fully charged battery. Terms and conditions of warranty Frequency of Required Preventive Maintenance Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero.� MAINTENANCE, REPAIRS AND REPLACEMENT Preventative Maintenance will be performed as prescribed by the manufacturer s specifications. Maintenance, repairs, and replacement will be performed by authorized technicians and will be coordinated through the designated facility POC.. At the time of installation, and/or for any reoccurring onsite visit(s) to perform preventative maintenance, repairs, replacement, etc., the Contractor must comply with all local policies to gain access to individual VA Medical Centers. PRODUCT REFRESH Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, IDIQ price (inclusive of Service Level Agreement (SLA) fee), etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements, see attachment 5. The contractor shall provide the COR and CO with the following information for product refresh: (1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule (to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA fee)); (2) Product literature for the item(s) refreshed; (3) A detailed description of the differences or benefits of refreshed as compared to the item(s) being discontinued or added; (4) Proper identification of any product requirements and/or procedures related to those product(s) proposed to be refreshed or upgraded; (5) FDA approval, if applicable; (6) Provide historical sales to VA by item(s), if applicable; and (7) Copy of Commercial Warranty The request shall be submitted to the COR, copy to the Contract Specialist and Contract Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution. PRODUCT REMOVAL OR RECALL For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer shall resolve any defects or potential dangers by repairing or replacing the product at no cost to the government. The manufacturer agrees to take the following steps immediately: Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106 The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/945f698215a144dabfb6b69bd56aa8e2/view)
 
Place of Performance
Address: Nationwide
 
Record
SN07549897-F 20250815/250813230055 (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.