THIS REQUEST FOR INFORMATION (RFI) RFI# 36C26222Q1086 VHALB Healthcare System: Â RFI Sources Sought for ceiling mounted patient lifts IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses/incidentals associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI (number: 36C26222Q1086) only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this Sources Sought announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking to acquire: Ceiling Mounted Patient lifts that are compatible with existing Guldmann equipment. At a minimum the requirement shall meet the following salient characteristics with Original Equipment Manufacturer (OEM) products for the VA Long Beach Healthcare System: Brand name Info: Item Description Qty Unit Unit Price Total Price 1 GH3+ 825lbs full room covering systems in rooms: 840, 841, 847, 848, 842, 846, 843, 846-C in accordance with drawing set 101374 REV I. Includes hoist, hanger bar, rail, combilocks, turntables 8 EA $0.00 $0.00 2 GH3+ 825lbs Corridor Track in accordance with drawing set 101374 REV I. Includes Two (2) hoists, hanger bar, rail, turntables 1 EA $0.00 $0.00 3 Structural Engineer Stamped Drawings 1 EA $0.00 $0.00 Salient Characteristics Name of equipment: Guldmann Ceiling Mounted Patient Lift Essential/significant physical, functional, or performance characteristics. The patient lift system being considered for award must meet the following specifications: In addition to compliance with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods), the entire lift unit (not only the transformer) must be UL (Underwriters Laboratory) certified to meet requirements for user safety. Copy of certificate must be provided and copies of third-party test reports should be made available upon request. Lifting speeds must be: 2.4 in/s (6.1 cm/s) at 330 lbs. (150 kg), 2.2 in/s (5.6 cm/s) in full capacity up to 880 lbs. (400 kg) The hand control must be wired, with LED screen capable of displaying patient weight (if scale option is purchased) and lift usage information. Scale must be internal; with patient weight displayed on a screen located on the hand control. Class III internal scale must be available as an option; with patient weight displayed on a screen located on the hand control. The hoist must not have an external scale attachment. Must be compatible for mounting on existing tracks (where applicable). Must be compatible with the existing slings used in the facility Must be incompliance with the standard practice in the facility Must have an emergency lowering pull cord that is easily accessible from standing person s height. Must have an additional emergency patient lowering option to safely lower patients without the use of tools. Must have a minimum three-year warranty on lift units (including lifting straps and batteries) and washable slings. Warranty shall include all travel, labor and shipping associated with any warranty repair. Supplier must provide an extended warranty package for up to 7 additional years, for a total warranty of 10 years, which must include both Annual Inspections & Preventative Maintenance and parts and labor in between annual scheduled service. Must have a wireless interface that connects to the existing Wi-Fi network infrastructure. Usage analytics and maintenance analytics software must have capability to be monitored remotely via web access, without the need for a physical connection cable. Lift must charge anywhere on the track via continuous AC charging. Lift must have capability to automatically provide hands free, dynamic body weight support and fall protection in real time during rehab or mobility sessions; clinical staff must be able to enter a specified offload weight directly into the hand control, after which the lift must continually offload the specified weight as patient moves and their center of gravity changes, without the need for staff to continue operating the hand control. Offload weight must be adjustable during a single session so that a patient can progress during that session. The track rails must be capable of accommodating stationary lock for lift unit and/or stationary lock for Traverse Rail with user capability via hand control to separately position and lock the motor and/or the traverse rail in designated location(s) when indicated for patient care activity. The hoist must use 24 V NiMH, 2.0 Ah rechargeable batteries Batteries provided will have a three-year warranty or better. Warranty shall include all travel or shipping associated with any warranty repair. The system will have visual and audio low battery indicator(s) and display total battery charges and current battery level. System must include a 2-point hanger bar without easily breakable parts such as rubber flaps or metal clips. 4-point hangar bar must be available. Hangar bars must be easily interchangeable without need of tools. Reusable slings must be washable and connect to the hanger bar via loops (not clips), and models must be available to support general transfers, hygiene, repositioning, turning, proning and gait training. Reusable slings must have a warranty of three years and include shipping. Disposable slings options must be available to support general transfers, hygiene, repositioning, turning and proning and gait training. The patient lift system should also meet the following specifications: IR (wireless) hand control must be available as an option Must have a capacity for lifting 550, 605, 770 pounds for standard rooms. Must have a capacity for lifting 825, 880 pounds for bariatric rooms, using one cassette Should not beep or flash during normal operation to avoid alarming or disturbing staff and patients. The hoist trolley should move smoothly in the rail on frictionless wheels. The emergency stop pull cord should be easily accessible from standing person s height. Lifting strap length should be 96 inches or more must be able to pick patients up off the floor. Must be modular with the ability to upgrade with additional features without buying new lift units. Government-Furnished Equipment / Government-Furnished Information: No government equipment will be used by the awarded Contractors. Payment and Invoicing: The contract is a firm fixed price. Place of Performance: All work shall be scheduled during normal work hours (6:00 AM to 6:00 PM) Monday Sunday, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services. If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Government Holidays observed include: New Year s Day 1 January Martin Luther King s Birthday . Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December Period of Performance: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the warranty coverage? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller to the VA for the items identified above (or equivalent product/solution), please submit letter/documentation stating authorization/partnering from the manufacturer for bid to be considered for selection. Do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to james.simms@va.gov referencing ; 36C26222Q1086 in the subject line. Telephone responses shall not be accepted. Responses must be received no later than June 20, 2022, at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.