Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2025 SAM #8728
SOURCES SOUGHT

J -- Guldmann Patient Lift PM Services

Notice Date
10/17/2025 2:12:58 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0074
 
Response Due
10/27/2025 3:00:00 PM
 
Archive Date
11/11/2025
 
Point of Contact
Tracy Heath, Contract Specialist, Phone: 253-888-4903
 
E-Mail Address
tracy.heath@va.gov
(tracy.heath@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) ONLY. The U.S. Government is conducting market research only to determine the availability of qualified sources capable of providing full-service preventative maintenance IAW the attached Statement of Work (SOW). Potential Contractors are invited to provide a response via e-mail to Contract Specialist at tracy.heath@va.gov by October 27, 2025, 15:00 (PT). Responses will be used to determine the appropriate strategy for a potential acquisition. Please clearly identify any information your company considers sensitive or proprietary. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quotation (RFQ), or a promise to issue an RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, or proposals at this time and will not accept unsolicited quotes in response to these sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, if any is issued. BACKGROUND: The Puget Sound Healthcare System (PSHCS) requires on-site full-serviced preventative maintenance and repair services on Guldmann GH3+ patient lifts. The patient lifts must be properly maintained per the Official Equipment Manufacturers (OEM) specifications. The contractor shall provide all parts and services to properly provide preventative maintenance and unscheduled service calls to ensure that all units are fully operational. Contractor shall provide all necessary travel, labor, materials, tools, documentation, and parts required for the inspection, support, and repair of listed equipment. NAICS: 811210, Electronic and Precision Equipment Repair and Maintenance Interested potential Contractors please provide the following. 1) Company Name, address, point of contact, phone number, email address, and UEI Please indicate business size: Small Disadvantage Business (SDB)____ 8(a)____ Historically Underutilized Business Zone (HUBZone)____ Service-Disabled Veteran-Owned Small Business (SDVOSB)____ Veteran-Owned Small Business (VOSB)_____ Economically Disadvantaged Women-Owned Small Business (EDWOSB)_____ Women-Owned Small Business concerns (WOSB)_____ Small Business_____ Large Business_____ Please state if you possess a Federal Supply Schedule (FSS)______. Please state what your FSS Schedule Group is ________. 2) Please submit a brief capability statement (maximum three pages) with enough information to demonstrate to the Veterans Affairs that you have the enough resources, personnel, and experience to perform preventative maintenance and repairs IAW OEM specification on Guldmann Patient lifts as required in the attached Draft Statement of Work. **Draft Statement of Work STATEMENT OF WORK 1. Contract Title Guldmann 3G Extended Patient Lift Service Contract for VA Puget Sound Health Care System Seattle Campus and Everett CBOC 2. Background The Puget Sound Health Care System requires on-site, full-service maintenance and repair services to ensure the Guldmann GH3+ Patient Lifts are kept in proper operating condition and ready for clinical use. 3. Scope This contract includes all parts and services to properly provide preventative maintenance and unscheduled service calls to ensure that all units are fully operational according to manufacturer specifications prior to departure. Contractor shall provide all necessary travel, labor, materials, tools, documentation, and parts required for the inspection, support, and repair of the equipment in the Schedule of Equipment. 4. Specific Tasks Schedule of Equipment: Item # System Name Serial # 1 Guldmann GH3+ 770lb Lift 152239 2 Guldmann GH3+ 770lb Lift 152241 3 Guldmann GH3+ 770lb Lift 152239 4 Guldmann GH3+ 770lb Lift 152240 5 Guldmann GH3+ 770lb Lift 133350 6 Guldmann GH3+ 770lb Lift 140239 7 Guldmann GH3+ 770lb Lift 140246 8 Guldmann GH3+ 770lb Lift 140237 9 Guldmann GH3+ 770lb Lift 140234 10 Guldmann GH3+ 770lb Lift 140251 11 Guldmann GH3+ 770lb Lift 140250 12 Guldmann GH3+ 770lb Lift 140244 13 Guldmann GH3+ 770lb Lift 140231 14 Guldmann GH3+ 770lb Lift 140235 15 Guldmann GH3+ 770lb Lift 140240 16 Guldmann GH3+ 770lb Lift 140236 17 Guldmann GH3+ 770lb Lift 140238 18 Guldmann GH3+ 770lb Lift 140247 19 Guldmann GH3+ 770lb Lift 140242 For Items 1 through 19, the contractor shall provide the following: Annual Inspections Preventative Maintenance Unscheduled service calls including travel, labor, parts, and shipping Testing and inspection of the sub-ceiling reinforcement, railing, combi-lock, switch track, hoist, drive motor, and charging liners Guldmann Buyback Upgrade Program. This is an annual credit for each 3G Program eligible GH3+ hoist to be used for future system upgrades. Guldmann Sling Package. This allows one (1) reusable sling of choice to be included with the purchase of every GH3+ system enrolled. Guldmann Clinical Education Package. Guldmann will allocate up to 10 days of customized, peer leader clinical training and sling audits. The contractor shall provide the Station Point of Contact reports for all work performed, as outlined in the Delivery Schedule. The contractor shall also, in addition to the reports in the Delivery Schedule, provide a monthly report showing all work accomplished that month and all work planned to be accomplished in the next month. The report will identify unresolved problems and their proposed solution, as well as resolved problems and the steps taken to resolve them. Report due by last day of the month. 5. Performance Monitoring The contractor shall be monitored by the Station Point of Contact or their designee. The Station Point of Contact shall submit an annual performance evaluation to Network Contracting Office 20 summarizing the performance viewed over the period of performance. 6. Security Requirements The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. Therefore, the C&A requirements do not apply, and a Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) No GFE or GFI shall be provided to the Contractor for the performance of this contract. 8. Other Pertinent Information or Special Considerations All contractor personnel must have at least two years of field experience as a Field Service Engineer or meet OEM standards for a fully qualified Field Service Engineer to perform maintenance on the equipment. No subcontracting is authorized for this contract. a. Identification of Possible Follow-on Work. There is no possible follow-on work anticipated at this time. b. Identification of Potential Conflicts of Interest (COI). Not aware of any potential conflicts of interest. c. Inspection and Acceptance Criteria. The Station Point of Contact shall conduct routine inspections, product sampling, and monitoring of work while contractor is on site. In the event of any concerns, the Station Point of Contact shall notify Network Contracting Office 20 and coordinate addressing the concerns. 9. Risk Control Vendor must coordinate with station point of contact for access to the Seattle Campus and Everett CBOC. Once Vendor completes the service, they must check out with station point of contact to ensure that all work has been completed with no issues. If any issues arise the station point of contact must be contacted. 10. Place of Performance Department of Veterans Affairs Puget Sound Health Care System Seattle Division 1660 S. Columbian Way Seattle, WA 98108-1597 VA Puget Sound Health Care System Everett Clinic 220 Olympic Blvd Everett, WA 98203 11. Period of Performance. Base: 04/01/2026-03/31/2026 Option Year 1: 04/01/2027-03/31/2027 Option Year 2: 04/01/2028-03/31/2028 Option Year 3: 04/01/2029-03/31/2029 Option Year 4: 04/01/2030-13/31/2030
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e281062501946b280819d972c928d19/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound Healthcare System 1660 S. Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07621955-F 20251019/251017230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.