6515--Surgical Grade Instruments
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 Joseph Maxwell Cleland Atlanta VA Medical Center, is soliciting offers for Surgical Grade Instruments (PSC 6515). This procurement aims to replenish surgical trays with high-quality, conforming instruments, ensuring compliance with VHA Directives 1116 and 1220, and supporting both elective and urgent surgical cases. This is an unrestricted solicitation.
Scope of Work
The requirement is for surgical-grade instrumentation that is high-quality stainless steel, autoclavable, and compatible with standard sterilization processes. Instruments must be clearly marked with catalog numbers and barcodes, exhibit high resistance to wear, rust, and damage, and feature reinforced or replaceable cutting edges where applicable. Vendors must provide comprehensive documentation covering usage, maintenance, and warranty. Instruments will be delivered unsterile and require reprocessing by the Sterile Processing Service (SPS) prior to use.
Contract Details
- Opportunity Type: Solicitation for commercial products and services.
- Set-Aside: Unrestricted.
- NAICS Code: 339112 (Size Standard: 1000 Employees).
- Delivery: FOB Destination to the Atlanta VAMC Warehouse/Surgical Service at 1670 Clairmont Rd, Decatur, GA 30033. Deliveries must be coordinated with site POCs and clearly marked with the VA Purchase Order number.
- Payment Terms: Net 30.
- Warranty: Equipment is warranted free from defects in material and workmanship for one year.
Submission & Evaluation
- Offers Due: March 12, 2026, by 12:00 PM EDT.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Preference: Vendors offering American-made products will be given preference if deemed price reasonable.
- Required Submissions: Offers must include technical descriptions, pricing, warranty information, and representations/certifications. Vendors must also provide details of product manufacturing location.
Contact Information
- Contracting Officer: Quincy L Alexander
- Email: Quincy.Alexander@va.gov