Opportunity
SAM #36C24W26Q0146
VA Seeks SDVOSB Vendors for Ceiling Track Patient Lift System (Maxi Sky 2 or Equal)
Buyer
VA Healthcare System - Region 4 West
Posted
April 15, 2026
Respond By
April 22, 2026
Identifier
36C24W26Q0146
NAICS
339112, 423450, 238290, 333923
The Department of Veterans Affairs (VA), RPO West office, is seeking SDVOSB vendors for a hospital ceiling track patient lift system procurement: - Government Buyer: - Department of Veterans Affairs (VA), RPO West - OEMs and Vendors: - Arjo (Maxi Sky 2 is the reference product) - Products/Services Requested: - Ceiling track patient lift system (brand name or equal to Maxi Sky 2) - Includes all rails, supports, motors, controls, and accessories - Complete installation, system testing, and operational verification - Minimum one-year warranty covering parts and labor - Technical requirements: - Must meet/exceed Maxi Sky 2 specifications - Specific lifting capacities, speeds, physical and electrical characteristics - Compliance with safety standards and battery performance - Unique/Notable Requirements: - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) - Vendors must be certified in the Veteran Small Business Certification program - Place of performance: French Camp, California - Only Arjo (Maxi Sky 2) is explicitly referenced as the OEM
Description
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.