6515--Custom Surgical Packs
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 Network Contracting Office 6 (36C246), has issued an amendment and clarifications for Solicitation 36C24626Q0364 for Custom Surgical Packs. This opportunity involves providing medical and surgical instruments, equipment, and supplies for facilities in Salisbury, NC, and potentially Charlotte and Kernersville. The primary change is an extension of the proposal due date to April 13, 2026.
Scope of Opportunity
This is an amendment to a solicitation for the provision of Custom Surgical Packs. The Q&A document clarifies various aspects for bidders, indicating a requirement for detailed proposals covering supply chain, past performance, and compliance.
Contract & Timeline
- Type: Amendment to Solicitation 36C24626Q0364
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Place of Performance: Salisbury, NC (with references to Charlotte and Kernersville in pricing)
- Set-Aside: Not specified
- Response Due: April 13, 2026, at 8:00 AM EDT
- Published: March 26, 2026
Key Clarifications and Changes
This amendment and accompanying Q&A document provide critical updates for potential bidders:
- Proposal Due Date Extension: The deadline for submitting offers has been extended from March 30, 2026, to April 13, 2026, at 8:00 AM EDT.
- Past Performance: Vendors have discretion on which contract numbers or information to disclose, focusing on assessing performance on similar contracts without requiring proprietary data.
- Supply Chain & Role: Bidders must specify whether supplies were provided by themselves or a subcontractor, and clarify if they were the prime awardee or a subcontractor on past contracts.
- TAA Compliance: FAR Clauses 52.225-5 and 52.225-6 apply. Provision 52.225-6 must be completed for U.S.-made or designated country end products.
- Price/Cost Schedule: Quantities in Section B.2 will remain listed by location (Salisbury, Charlotte, Kernersville) and will not be combined by facility.
- Attachment B: Column BZ requires the vendor's part number; if it's the same as the manufacturer's, the manufacturer's part number should be entered.
Additional Notes
Responses to questions regarding the Bill of Materials (BOM) are expected on or about March 31, 2026. Bidders should ensure their proposals accurately reflect these clarifications, particularly concerning the completion of specific FAR provisions and the format of the Price/Cost Schedule and Attachment B.