6515--Upper Artificial Limbs

SOL #: 36S79725R0001Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
COMMODITIES & SERVICES ACQUISITION SERVICE (36C791)
DENVER, CO, 80225, 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 12, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Mar 27, 2026, 9:00 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), National Acquisition Center, is seeking proposals for Upper Artificial Limbs under multiple Firm Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts. This unrestricted opportunity aims to consolidate and streamline the acquisition of prosthetic limb components for VA prosthetic clinics nationwide. Amendment 0001 extends the proposal due date; bidders must consult the full amendment for the precise new deadline.

Scope of Work

This solicitation covers various prosthetic limb components, including Prosthetic Terminal Devices (PTD), Prosthetic Wrist Units (PWU), Prosthetic Elbow Units (PEU), Prosthetic Limb Suspensions (PLS), Prosthetic Components & Accessories (PCA), and Partial Hand Components & Accessories (PHCA). Key requirements include:

  • Technical Specifications: Products must be commercial, meet specific technical requirements (e.g., grip strength, battery capacity, compatibility), and be ready for operational use. Materials in contact with skin must be hypoallergenic.
  • Documentation: Required product literature, packaging lists, patient education materials, and clinician instructions.
  • Certifications: Facilities must hold ISO 9001 and/or ISO 13485 certifications.
  • Support Services: Contractors must offer training programs on contract items and provide direct technical and fitting assistance.
  • Satisfaction Period: A 60-calendar day satisfaction period is required for devices.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Contract Period: A base year with four (4) one-year option periods.
  • Guaranteed Minimum: $1,000.00 per contract.
  • Contract Ceiling: $37,000,000.00.
  • Set-Aside: Unrestricted.
  • Product Service Code (PSC): 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
  • NAICS Code: 339113
  • Delivery: FOB destination, USA and its territories, with delivery within 5 calendar days ARO for CONUS and 7 calendar days for OCONUS.
  • Ordering: Orders will be placed electronically via the Remote Order Entry System (ROES).

Submission & Evaluation

  • Proposal Format: Proposals must be submitted in two volumes: Business and Technical.
  • Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process, considering Price, Technical Acceptability, and Past Performance.
  • Amendment Acknowledgment: Offerors must acknowledge receipt of Amendment 0001. Failure to do so may result in offer rejection. Changes to already submitted offers must be made by letter or electronic communication, referencing the solicitation and amendment, and received prior to the opening hour and date.
  • Electronic Transactions: Bidders must be prepared to implement secure file transfer protocols (SFTP/FTP/SSL) for electronic transactions (POs, acknowledgments, invoices) and adhere to strict file naming conventions. A Memorandum of Understanding / Interconnection Security Agreement (MOU/ISA) may be required if interconnecting with VA systems.

Key Deadlines

  • Questions Due: February 6, 2026.
  • Proposal Due: The original proposal due date of March 27, 2026, has been extended by Amendment 0001. Offerors must consult the full amendment document for the precise new deadline and submission instructions.

Attachments

Key attachments include:

  • Attachment D.1 Price Schedule: Mandatory template for detailed pricing.
  • Attachment D.2 Past Performance Questionnaire: Used for evaluating bidder's past performance.
  • Attachment D.3 Secure File Transfer and Electronic Data Interchange: Details electronic transaction requirements.
  • Attachment D.4 VA MOU ISA Approved Final Template: Template for secure data sharing agreements.

Contact Information

For inquiries, contact Michelle B Williams at michelle.williams4@va.gov or 708.786.7565.

People

Points of Contact

Michelle B WilliamsMichelle WilliamsPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View