RFP-797-FSS-99-0025: 65IIA Medical Equipment & Supplies

SOL #: RFP797FSS990025R10Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NAC FEDERAL SUPPLY SCHEDULE (36F797)
HINES, IL, 60141, United States

Place of Performance

Place of performance not available

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 8, 2019
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Dec 31, 2026, 5:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), National Acquisition Center (NAC FEDERAL SUPPLY SCHEDULE), is seeking offers for a Worldwide Federal Supply Schedule (FSS) Contract for Medical Equipment and Supplies (FSC Group 65, Part II, Section A, PSC 6515). This is a standing solicitation with no closing date for offers, allowing continuous submission.

Purpose & Scope

This solicitation aims to establish FSS contracts for a broad range of medical and surgical instruments, equipment, and supplies. It covers various Special Item Numbers (SINs) within FSC Group 65, including surgical dressing materials, hospital furniture, ophthalmic instruments, and maintenance/repair services for medical equipment. Vendors must be able to demonstrate responsibility and meet all solicitation requirements, offering fair and reasonable pricing comparable to commercial customers.

Contract Details

  • Type: Federal Supply Schedule (FSS) Contract (Combined Synopsis/Solicitation)
  • Duration: Contracts are typically for a 5-year base period, with options to extend for up to three additional 5-year periods, potentially totaling 20 years.
  • Minimum Sales: Contractors are expected to achieve minimum sales of $25,000 in the first two years and annually thereafter.
  • Set-Aside: This FSS solicitation is open to all responsible offerors. However, it includes clauses for potential order-level set-asides, such as HUBZone, Total Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business (WOSB).

Key Requirements for Offerors

Offerors must submit proposals electronically and be registered in the System for Award Management (SAM). Key submission components include:

  • Completion of required representations and certifications (FAR 52.212-3).
  • Submission of commercial pricelists and detailed pricing information using provided templates (e.g., 'Price Proposal' and 'Figure 515.4-2 CSP-1' sheets).
  • For new offerors, completion of the GSA "Pathway to Success" seminar.
  • Completion of the comprehensive vendor response package, including Signatory Authority, Agent Authorization, SF-1449, Business Size Determination, Commercial Sales Practices, Past Performance, and Small Business Subcontracting Plans.
  • If offering overseas delivery, completion of the "Overseas Delivery Vendor Response" form, detailing specific clauses, requirements, and pricing structures.
  • Adherence to applicable wage determinations for specific SINs (e.g., SIN A-200).

Evaluation

Proposals will be evaluated based on a "best value" determination, considering factors such as price, past performance, quality, and offeror expertise. Pre-award reviews are conducted, especially for higher-value contracts.

Amendments & Updates

Several amendments have been issued, with the most recent (Amendment 0007, posted April 20, 2026) confirming the solicitation as a standing solicitation with no closing date and updating clauses related to contract extension options. Other significant amendments include:

  • Amendment 0006: Updated Economic Price Adjustment (GSAM 552.238-120), Responsibility Evaluation (Oct 2025), and Signature Authority form (Aug 2025).
  • Amendment 0005: Updated various FAR clauses (e.g., 52.203-17, 52.212-3, 52.212-5) and introduced a new Responsibility Evaluation document.
  • Amendment 0003: Shortened the grace period for Industrial Funding Fee (IFF) reporting and remittance from 60 to 30 days.
  • Amendment 0001: Revised electronic offer submission protocols, updated various FAR/GSAR clauses, rental terms, and proposal templates.

Contact Information

For inquiries, contact the FSS Service Helpdesk at fss.help@va.gov or 708-786-7737.

People

Points of Contact

FSS Service HelpdeskPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View

Versions

Version 13Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
Version 12
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
View
Version 11
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
View
Version 10
Award Notice
Posted: Jan 25, 2026
View
Version 9
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 8
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 7
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 6
Award Notice
Posted: Oct 23, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 1, 2020
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 31, 2020
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 26, 2020
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 8, 2019
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 8, 2019
View
RFP-797-FSS-99-0025: 65IIA Medical Equipment & Supplies | GovScope