6515--SURGICAL CUSTOM PACKS

SOL #: 36C26126Q0050Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

North Las Vegas, NV

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
Oct 28, 2025
2
Last Updated
Nov 7, 2025
3
Response Deadline
Nov 10, 2025, 11:00 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.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The quotes will undergo a comparative evaluation to determine which vendor provides the best value to the government in terms of meeting the statement of work, while also providing a competitive price. The following factors shall be used to evaluate offers:

Factor 1: Technical

Factor 2: Price

Factor 3: SDVOSB/VOSB Evaluation Preference

(b) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in accordance with FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:

(1) Technical: Quoter shall provide All Line Items:

Must be able to provide all line items as outlined in the B.3 Price/Cost Schedule as well as evidence that they are an authorized dealer, authorized distributor, or authorized reseller.

(2) Price: The quote should contain the vendor s best terms from a price standpoint. The Government will evaluate quotes for award purposes by adding the total price for all contract line-items, including all options. The Total Evaluated Price will be that sum. Price Schedule B and RFQ Price List should be completed in full and error free. This criterion evaluates the overall price (i.e. aggregate for all periods of performance identified in the CLINs) to determine if the proposed price is fair and reasonable.

(3) SDVOSB/VOSB Evaluation Preference

(a) In accordance with the Veterans First Contracting Program (38 U.S.C. § 8127 and VAAR Subpart 819.70), verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) shall receive favorable consideration in the comparative evaluation process.

(b) The Government will consider SDVOSB/VOSB status as a positive comparative factor. When comparing quotations that are otherwise technically acceptable and comparable in price, the Government may determine that

(1) A quotation submitted by a verified SDVOSB or VOSB; or

(2) A quotation that includes meaningful participation of verified SDVOSB/VOSB subcontractors;

provides greater overall value to the Government.

(c) This preference will not result in a mathematical price adjustment. Instead, it may be used as a distinguishing factor when quotations are evaluated as part of the overall best-value determination in accordance with FAR 13.106-2(b)(3).

(d) The order of consideration shall be as follows

(1) Verified Service-Disabled Veteran-Owned Small Business (SDVOSB) Offerors;

(2) Verified Veteran-Owned Small Business (VOSB) Offerors; and

(3) All other Offerors.

(e) If two or more quotations are determined to be substantially equal in technical merit and price, award may be made to the verified SDVOSB or VOSB Offeror if it is determined to represent the best value to the Government.

People

Points of Contact

Mohammed HussainContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Nov 7, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Oct 29, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Oct 28, 2025