6515--Custom Sterile Surgical Procedure Packs VISNs 5,9,10,12,15,16,&23

SOL #: 36C77625R0017Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

Place of performance not available

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2025
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Apr 2, 2025, 6:00 PM

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), Midwest Consortium (MIDCON), is soliciting proposals for Custom Sterile Surgical Procedure Packs and associated services for an estimated 35 VA Medical Centers and Community Based Outpatient Clinics (CBOCs) across VISNs 5, 9, 10, 12, 15, 16, and 23. This is an Unrestricted solicitation for a Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Proposals are due by Wednesday, April 2, 2025, at 1:00 p.m. CT, with sample custom packs due by Friday, April 4, 2025, at 3:00 p.m. ET.

Scope of Work

The contractor will be responsible for providing all labor, materials, sterilization, transportation, equipment, supervision, quality assurance, electronic communication, ordering, reporting, and delivery of custom sterile procedure packs. This includes the creation of new packs as needed. Services must comply with federal, state, and local regulations, as well as stringent quality control standards such as FDA, ISO 9001:2015, AAMI, and HSPA guidelines. All components must be Trade Agreements Act (TAA) compliant unless otherwise authorized. A web-based system for inventory tracking and management, along with Electronic Data Interchange (EDI) capabilities, is required within 30 days of performance start. Delivery locations are detailed in Attachment D.1.

Contract Details

  • Contract Type: Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Period of Performance: One five-year period, from September 1, 2025, through June 30, 2030.
  • Minimum Guarantee: $175,000.00
  • Maximum Ceiling: $98,500,000.00
  • NAICS Code: 339113, Surgical Appliance and Supplies Manufacturing (Size Standard: 800 employees)
  • PSC: 6515, Medical And Surgical Instruments, Equipment, And Supplies
  • Set-Aside: Unrestricted. Market research indicated no small businesses could manufacture 50% of components, leading to an unrestricted solicitation.
  • Subcontracting Goals: Offerors are encouraged to meet small business subcontracting goals: 5% SDVOSB, 7% VOSB, 3% HubZone, 5% SDB, 5% WOSB, 17.5% SB.

Submission & Evaluation

Proposals must be submitted electronically in four volumes: Solicitation/Award Documents, Price, Technical, and Experience. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering Price, Technical Capability, and Experience. Offerors must submit three non-sterile sample custom packs, which will be evaluated against criteria detailed in Attachment D.12. All three samples must pass for an "Acceptable" technical rating. Offerors must also demonstrate experience with a minimum of two contracts within the past five years, each supporting at least 20 medical facilities and 100 different custom pack configurations (Attachment D.13).

Key Attachments & Notes

Offerors must acknowledge all amendments. The latest amendments (0001, 0002, 0003) have updated clauses, extended deadlines, and replaced several attachments, including the Statement of Work (SOW), Schedule of Items (D.2 Amended 3), Sample Pack Evaluation Checklist (D.12 Amended), and Bills of Materials (D.4-D.11 Amended). Attachment D.11 provides detailed Bills of Materials for sample packs, while D.4-D.10 detail components for various VISN-specific packs. Offerors must be registered and have an active account in SAM.gov under the specified NAICS code.

People

Points of Contact

Laura NabityContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Feb 18, 2026
View
Version 6Viewing
Solicitation
Posted: Aug 19, 2025
Version 5
Solicitation
Posted: Mar 27, 2025
View
Version 4
Solicitation
Posted: Mar 17, 2025
View
Version 3
Solicitation
Posted: Feb 21, 2025
View
Version 2
Solicitation
Posted: Jan 14, 2025
View
Version 1
Solicitation
Posted: Jan 13, 2025
View