Opportunity
SAM #36C24126Q0459
VA New England Healthcare System Patient Ceiling Lifts, Installation, and Services BPA
Buyer
Department of Veterans Affairs
Posted
May 07, 2026
Respond By
May 21, 2026
Identifier
36C24126Q0459
NAICS
339113, 423450, 238210, 238290, 811219
The Department of Veterans Affairs is conducting market research for a Blanket Purchase Agreement (BPA) to procure, install, and service patient ceiling lift systems across the VA New England Healthcare System (VISN 1). - Government Buyer: - Department of Veterans Affairs, VA Boston Healthcare System, 241-Network Contract Office 01 (36C241), Contracting Officer (90C) - OEMs (Original Equipment Manufacturers): - Hill-Rom (Liko/Likorall, Likoguard XL) - Products Requested: - Patient ceiling lift systems, brand name or equal to Likorall 242S, 243 ES, 250 ES, and Likoguard XL - Lifting capacities range from 440 lbs to 1100 lbs - Charging types: in-rail and wall charging - Compatibility with existing Hill-Rom Liko Series rail infrastructure is mandatory - Replacement motor packages and lift motor assemblies (capacities: 440, 507, 550 lbs) - Includes hand control, motor carriage, slingbar with quick release, batteries, wall docking station, and safety features - Services Requested: - Installation, project management, on-site coordination, structural design, waste management, and documentation - Training for operators and technical staff, including manuals, troubleshooting guides, and web/DVD-based training - Maintenance and servicing of installed lifts - Notable Requirements: - All products must be domestically manufactured - Minimum 3-year warranty on all equipment and services - Preference for solutions compatible with Hill-Rom Liko Series rails - Place of Performance: - Multiple VA medical centers and facilities across New England, including Boston, West Roxbury, Brockton, Providence, and Leeds
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY: This announcement seeks information from the industry, which will be used for preliminary planning purposes for procurement. No proposals are being requested or accepted with this sources sought notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. THIS IS STRICTLY MARKET RESEARCH.
Department of Veteran Affairs Boston Healthcare is seeking to establish a Blanket Purchase Agreement (BPA) for the procurement, installation and servicing of ceiling lifts for VISN 1 in accordance with the attached Performance Work Statement (PWS).
The Government is seeking a domestically manufactured product that is brand name or equal to the following:
Likorall 242S
Likorall 243 ES
Likorall 250 ES
Likoguard XL
Please note, any lift system proposed must be compatible with the OEM Hill-Rom rail system installed currently and have the following salient characteristics:
Traverse Ceiling Lift Weight Requirements:
550 lbs Lifting Capacity, In-Rail Charging
800 lbs Lifting Capacity, In-Rail Charging
Traverse Ceiling Lift Design Requirements with Bathroom Access: 550 lbs Lifting Capacity, Wall Charging
Bariatric Traverse Ceiling Lift Design Requirements: 1100 lbs Lifting Capacity, In-Rail Charging
Bariatric Hybrid Traverse Ceiling Lift Design with Bathroom Access Requirements: 1100 lbs Lifting Capacity in Patient Room, with 550 lbs Lifting Capacity into Bathroom, Wall Charging
Straight Rail Ceiling Lift Design Requirements: 550 lbs Lifting Capacity, In-Rail Charging
Semi-Private traverse Ceiling Lift Design Requirements: 550 lbs Lifting Capacity, In-Rail Charging
Replacement Motor Packages: a) 550 lbs., 507 lbs, and 440 lbs b) Batteries: 2 x 12 V 2.4 Ah. Valve-regulated lead-acid gel-type batteries. New batteries are provided by the supplier. c) Battery charging via hand control in wall docking station. d) Lifting speed: 50mm/second (2 inches/second) e) Lift motor weight: 12.6 kg (27.7 lbs.) f) Electrical emergency lowering device. g) Sound level 49 dB h) Single Fault Safety drum to provide protection against uncontrolled lowering.
Replacement Lift Motor Assembly (550 lbs Capacity) Requirement: 550 lbs Lifting Capacity, Lift Motor, Handcontrol, Motor Carriage, Slingbar 450 w/QR
Replacement Lift Motor Assembly (507 lbs Capacity) Requirement: 507 lbs Lifting Capacity, Lift Motor, Handcontrol, Motor Carriage, Slingbar 450 w/QR
Replacement Lift Motor Assembly (440 lbs Capacity) Requirement: 440 lbs Lifting Capacity, Lift Motor, Handcontrol, Motor Carriage, Slingbar 450 w/QR
Warranty Requirement: Min. 3 Year warranty
The agency intends to provide preference for domestic end products that are brand name or equal and compatible to the HillRom Liko Series Ceiling Lift rails currently installed.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, who have the capability to provide a domestically produced brand name or equal with salient characteristics and compatible ceiling lifts.
All interested firms must be registered in SAM (System for Award Management) to be eligible for the award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information at a minimum:
(1) Company name and address point of contact with phone number and SAM UEI.
(2) Documentation relating to performance capability, current point of contact, and phone number).
(3) Socio-economic status to identify the business class as a large business, SDVOSB, VOSB, small business, Woman Owned, etc.
(4) Place of manufacture
(5) Any other pertinent company documentation prior to submission of offers to a solicitation.
Any SD/VOSB firms responding to this Sources Sought Notice must also provide proof of registration in the SBA Vet Cert prior to submitting offers to a solicitation.
This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised that the government will not pay any costs for responses and information submitted. All submissions are acceptable via kim.mccarthy@va.gov. RESULTS INFORMATION: Respondents will not be notified of the results, and it is at the discretion of the Government to utilize results. Firms responding to this Sources Sought announcement, who fail to meet all requirements as stated above, and who fail to provide ALL the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.