This Sources Sought/Market Survey Notice is being conducted by LTC Charles S. Kettles VA Medical Center, 2215 Fuller Rd., Ann Arbor, MI 48105 to identify all sources that are capable of providing Patient Celling Lift Services for the period of November 01, 2025 October 31, 2026, at the discretion of the Government in strict accordance with all schedules, specifications, terms, conditions and provisions of any resulting contract. . SCOPE OF WORK: The Contractor shall provide all parts, materials, labor, supervision, test equipment, technical manuals and transportation necessary to perform preventive maintenance on the Government owned lifts, located at LTC Charles S. Kettles VA Medical Center, 2215 Fuller Road, Ann Arbor, MI 48105 and CBOCs (Toledo and Green Road) for the period of November 1, 2025, through October 31, 2026 with four (4) one year option periods exercisable solely at the discretion of the government. The preventative maintenance must be scheduled and/or completed at the beginning of the month of required preventative maintenance. . PREVENTIVE MAINTENANCE: The Contractor shall perform an annual preventive maintenance and preventative maintenance inspection in accordance of determined months specified with the Biomedical Engineering Department or as otherwise arranged with the Contracting Officer Representative, in accordance with the published preventive maintenance manuals for the equipment listed in the schedule. The Contractor shall utilize the Original Equipment Manufacturer's established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the Contracting Officer Representative). A Field Service Report shall be supplied to the Contracting Officer Representative at the completion of each preventive maintenance inspection. Preventive maintenance inspection service shall include, but is not limited to, the following: 1. Cleaning of equipment (not housekeeping). 2. Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. 3. Calibrating and lubricating the equipment. 4. Testing and replacing faulty and worn parts. Complying with the ISO 10535 standards. 5. Inspecting/replacing electrical wiring and cables for wear and fraying. 6. Inspecting all mechanical components including, but not limited to; cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. 7. Returning the equipment to operating condition defined in Original Equipment Manufacturer specifications. 8. Replacing any Original Equipment Manufacturer labels, decals, or warning tags that are not legible. 9. Providing documentation of services performed utilizing the VA Form for Preventative Maintenance Completion and ensuring equipment labeling is specific to VA standards, referencing specifically EE/Asset number provided by the VA (located on outside of lift). Provide picture of suspended SWL as proof of work completed. 10. The Contractor shall notify the Contracting Officer of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). 11. All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. If this is a service your business can provide, respond to this Sources Sought by Tuesday, August 26, 2025; 3:00 P.M. Eastern time. Responses should include: (1) Business Name and Address (2) Point of Contact Name, Phone Number, and E-mail Address (3) SAM UEI and NAICS code (4) Business Size SMALL or LARGE (5) Type of Business SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED etc. (6) Applicable GSA/FSS Contract Number (if applies). All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above noted service. E-mail responses to: Alexis Alexander, at Alexis.Alexander1@va.gov. (Note: This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation.)