RFP-797-655A-03-0001-R6: 65VA X-Ray Equipment & Supplies

SOL #: RFP797655A030001R6Solicitation

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

Photographic Film (325992)

PSC

X Ray Equipment And Supplies: Medical, Dental, Veterinary (6525)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 22, 2017
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), through its NAC Federal Supply Schedule (FSS) office, has issued a standing solicitation (RFP-797-655A-03-0001-R6) for X-Ray Equipment and Supplies (FSC 6525). This is an open and continuous opportunity for vendors to obtain a Multiple Award, Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Economic Price Adjustment (EPA) provisions. New offers may be submitted at any time.

Scope of Opportunity

This solicitation covers a wide array of X-Ray equipment and supplies, enabling the VA to acquire necessary medical, dental, and veterinary imaging products directly from commercial suppliers. It replaces the previous solicitation RFP-797-655a-03-0001-R5.

Contract Details

  • Type: Multiple Award, Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) with Economic Price Adjustment (EPA).
  • Duration: Initial contract period of five years from the date of award. This can be extended for up to three additional five-year periods, as per GSAM/R 552.238-116. The total contract duration, including options, will be determined at the task order level (FAR 52.217-9).
  • Minimum Guarantee: $2,500.
  • Set-Aside: None specified for the master IDIQ. However, the original solicitation indicates that various small business set-aside clauses are incorporated by reference, meaning individual orders may be set aside for Small Businesses, HUBZone, SDVOSB, EDWOSB, and WOSB concerns.

Key Requirements & Submission

Offerors must submit proposals electronically via eOffer to vafssoffers@va.gov, ensuring all documents are 508 compliant. Key submission documents include the comprehensive “Vendor Response Document” (02_VendorResponse), which covers company information, signatory authority, commercial sales practices, and past performance. A “Small Business Subcontracting Plan” is required for “other than small businesses” with offers exceeding $700,000. Vendors offering overseas delivery must complete the “Overseas Delivery Response” form (04_OverseasDeliveryResponse). Eligibility requires demonstrating responsibility and meeting minimum sales criteria ($150,000 annual commercial sales or $25,000 annual government sales). New offerors without an existing FSS contract must complete the GSA “Pathway to Success” education seminar.

Recent Amendments & Updates

This solicitation has undergone several amendments, with the most recent being Amendment 0008 (posted 2026-04-16).

  • Amendment 0008: Clarifies contract extension options and introduces Provision A-FSS-11, which reiterates the standing, open-and-continuous nature of the solicitation, outlining conditions for offer rejection and resubmission. It confirms no change to the receipt of offers hour/date.
  • Amendment 0007 (posted 2026-03-30): Incorporates new GSAM Clause 552.238-120 for Economic Price Adjustment (Sep 2024) and updates the Responsibility Evaluation (Oct 2025) and Signature Authority Form (Aug 2025).
  • Amendment 0004 (posted 2026-03-30): Reduces the grace period for Industrial Funding Fee (IFF) reporting and remittance from 60 to 30 days, effective FY24 Q1. The IFF is 0.5% of total quarterly sales and must be included in pricing.
  • Amendment 0003 (posted 2026-03-30): Adds clause 52.219-33 (Nonmanufacturer Rule) and updates various FAR/GSAR regulations and the Price Proposal Preparation document.
  • Amendment 0001 (posted 2026-03-30): Adds clause 52.204-23 prohibiting contracting for hardware, software, and services from Kaspersky Lab.

Evaluation & Award

Award will be based on a “best value” determination, considering factors such as price, past performance, quality, and offeror expertise. Proposals are generally reviewed within six months.

Contact Information

For inquiries, contact the FSS Help Desk at 708-786-7737 or Fss.Help@va.gov.

People

Points of Contact

FSS Help DeskPRIMARY

Files

Files

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

Versions

Version 10
Solicitation
Posted: Apr 20, 2026
View
Version 9Viewing
Solicitation
Posted: Apr 16, 2026
Version 8
Solicitation
Posted: Mar 30, 2026
View
Version 7
Solicitation
Posted: Dec 23, 2025
View
Version 6
Solicitation
Posted: Dec 10, 2025
View
Version 5
Solicitation
Posted: Dec 10, 2025
View
Version 4
Solicitation
Posted: Mar 27, 2020
View
Version 3
Solicitation
Posted: Sep 10, 2018
View
Version 2
Pre-Solicitation
Posted: Dec 22, 2017
View
Version 1
Pre-Solicitation
Posted: Dec 22, 2017
View
RFP-797-655A-03-0001-R6: 65VA X-Ray Equipment & Supplies | GovScope