Opportunity

SAM #36C24226Q0596

Market Research for Guldmann GH3+ Patient Ceiling Lift Systems at James J. Peters VA Medical Center

Buyer

VA Network Contract Office 02

Posted

May 06, 2026

Respond By

May 15, 2026

Identifier

36C24226Q0596

NAICS

339113, 238290, 423450

The Department of Veterans Affairs, Network Contracting Office 2, is seeking market research responses for the procurement and installation of Guldmann GH3+ patient ceiling lift systems at the James J. Peters VA Medical Center in Bronx, NY. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 2, James J. Peters VA Medical Center - OEM Highlight: - Guldmann, Inc. (brand name only requirement) - Products/Services Requested: - Guldmann GH3+ patient ceiling lift systems - Must support 600 lbs (standard) and 880 lbs (bariatric) - Internal scales with LCD display - Motorized vertical motion and GFCI protected motors - Continuous AC charging - Safety features: emergency stop, lowering devices - Compatible with manufacturer loop slings - Both traverse and straight track options required - Rail system and lift motor must be from the same manufacturer - Must meet NFPA 13, 70, 99, 101 and ISO 10535 standards - Deinstallation of old lifts - Installation, inspection, and staff training (in coordination with Safe Patient Handling, Facilities Management Service, and Healthcare Technology Management) - Unique/Notable Requirements: - Brand name only (Guldmann, Inc.) - Installation must not interfere with existing infrastructure - Fire barriers must be repaired after installation - Place of Performance: - James J. Peters VA Medical Center, 130 W Kingsbridge Rd, Bronx, NY 10468

Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.  It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses interested in and capable of providing the requested commodities.

The NAICS Code is 339113; size standard is 800 employees; PSC is 6530.

Unrestricted no set-aside

Responses to this notice shall include the following: (a) company name  b) address (c) socio-economic status, (d) point of contact (e) phone, fax, and email (f) SAM UEI number (g) Cage Code  (h) Tax ID Number (i) and must  provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor and provide the commodities described below.  

BRAND NAME ONLY GULDMANN, INC.

OBJECTIVE:

James J. Peters VA Medical Center is replacing their outdated patient lifts that have exceeded their end-of-life. This project involves the deinstallation of the old units, procurement, installation, inspection, and staff training on the Guldmann GH3+ lifts, in coordination with Safe Patient Handling (SPH), Facilities Management Service (FMS), and Healthcare Technology Management (HTM).

STANDARDS AND SPECIFICATIONS: Ceiling Lifts shall meet the latest versions of NFPA 13, NFPA 101, NFPA 70, NFPA 99, and all other applicable federal, state and local codes. Appropriate documentation should be provided. Ceiling Lifts shall comply with ISO 10535: Hoists for the transfer of disabled persons Requirements and test methods . Ceiling lifts must include a 2-point hangar bar, and manufacturers must allow and warrant the use of their lifts with the full range of manufacturer loop slings. The lifts shall be mounted (using ceiling support as determined by building structure and room covering layout needs) to provide lifting capability for the maximum area possible within each room which means wall to wall. The contractor shall offer both traverse and straight track options for the ceiling mounted lifts. Lifts must be capable of picking patients up off the floor. Scales must be internal; with patient weight displayed on LCD screen located on the hand control and must not decrease the lifting height of the system. Hoist must not have an external scale attachment. The lift hand control must be attached to the lift in a way that allows it not to be lost. Ceiling lift motors shall be capable of lifting at least 600 pounds for standard lifts and 880 pounds for bariatric lifts, as specified. Ceiling lifts vertical motion must be motorized. Motors shall be GFCI protected. Lift must charge automatically anywhere on the track via continuous AC charging. Ceiling lifts must include safeguards to prevent patients from being trapped or hurt, such as emergency stop buttons or emergency lowering devices in case of power failure. Use of emergency lowering devices must not require tools or ladders and easily accessible to patient care personnel (i.e. Nursing). Contractor shall not interfere with operations of existing sprinkler heads, lights, HVAC grills, curtain tracks, IV tracks, televisions, permanent furniture, or other permanent structures. Contractor shall not breach any firewalls during the installation of these lifts. Any fire barrier that must be penetrated must be discussed with VA safety personnel and must immediately have fire barrier repaired. An Above Ceiling Permit must be filled out before ceiling work, and the COR will check the ceiling after ceiling work, to make sure any fire barrier penetration was repaired. Each room where lifts are installed shall be returned to its original condition, excluding the newly installed ceiling lift. Holes in the wall or ceiling tile must be patched with appropriate materials. Ceilings must not be slotted exposing space above ceiling to the room below. Rail system and Patient Lift Motor must be provided by the same manufacturer.

Place of Delivery:

James J Peters VA Medical Center 130 W Kingsbridge Rd Bronx, NY 10468

The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought request. 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 for 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 (ORCA). Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered and certified with the Small Business Administration (SBA). Requests for information and resultant responses shall be submitted directly to the contracting officer,

Response due no later than 15:00 Eastern Standard Time on May 15, 2026 to Paul Speedling, Contracting Officer at Paul.Speedling@va.gov.

View original listing