RFP-797-655A-03-0001-R6: 65VA X-Ray Equipment & Supplies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), specifically the NAC Federal Supply Schedule (36F797), has issued a standing solicitation, RFP-797-655A-03-0001-R6, for X-Ray Equipment and Supplies (FSC 6525). This opportunity aims to establish Multiple Award, Fixed-Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions. This is an open and continuous solicitation, meaning new offers can be submitted at any time, and there is no specific closing date for initial proposals.
Scope of Work
This solicitation covers a worldwide Federal Supply Schedule for a vast array of X-Ray equipment and supplies. The contract will detail terms and conditions for goods and services, including inspection, acceptance, changes, disputes, payment terms, warranty, and system for award management maintenance. Specific clauses address overseas delivery requirements for vendors intending to provide goods or services to international locations.
Contract Details
- Type: Multiple Award, Fixed-Price, IDIQ with Economic Price Adjustment (EPA).
- Duration: Contracts will be for 5 years from the date of award, with the potential for up to three additional 5-year option periods, totaling a maximum of 20 years.
- Minimum Order: $2,500.
- Industrial Funding Fee (IFF): 0.5% of total quarterly sales, to be remitted within 30 days after the quarter's end (reduced from 60 days by Amendment 0004). Offerors must include the IFF in their pricing.
- Set-Aside: While the FSS contract itself is open competition, various small business set-aside clauses are incorporated by reference, indicating potential for individual task orders to be set aside for small businesses, HUBZone, SDVOSB, EDWOSB, and WOSB concerns.
Submission & Eligibility
Offerors must submit proposals electronically via eOffer to vafssoffers@va.gov. Key requirements include SAM registration, DUNS number, and completion of the "02 - Vendor Response Document," pricing sheets (e.g., "03 - Pricelist Proposal Prep"), and the "04 - Overseas Delivery Response" if applicable. New offerors without an existing FSS contract must complete the GSA "Pathway to Success" education seminar and meet minimum sales criteria ($150,000 annual commercial sales or $25,000 annual government sales). Updated financial information is required for responsibility evaluation (Amendment 0007). All amendments must be acknowledged.
Evaluation
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.
Key Updates
Recent amendments have updated:
- Contract Extensions: Clarified options for extending the FSS contract term (Amendment 0008).
- Economic Price Adjustment: New clause GSAM 552.238-120 (Sep 2024) replaces previous EPA guidance (Amendment 0007).
- Responsibility Evaluation & Signature Authority: Updated requirements and forms (Amendment 0007).
- IFF Reporting: Grace period for sales reporting and IFF remittance reduced to 30 days (Amendment 0004).
- FAR Clauses: Numerous FAR and GSAR clauses have been updated or added across various amendments.
Contact Information
For inquiries, contact the FSS Help Desk at 708-786-7737 or Fss.Help@va.gov.