J065--Prevacuum Sterilizer cleaning and Medical/Dental Instrument Inspection, Sharpening, Maintenance and Repair Services for Clement J. Zablocki VA Medical Center located in Milwaukee, WI and Milo C. Huempfner Outpatient Clinic, Green Bay, WI

SOL #: 36C25226Q0075Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Milwaukee, WI

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 24, 2026, 4:00 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), specifically the NETWORK CONTRACT OFFICE 12 (36C252), is soliciting quotes for Prevacuum Sterilizer cleaning and Medical/Dental Instrument Inspection, Sharpening, Maintenance, and Repair Services. These services are required for the Clement J. Zablocki VA Medical Center in Milwaukee, WI, and the Milo C. Huempfner Outpatient Clinic in Green Bay, WI. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due by February 24, 2026, at 10:00 AM CST.

Scope of Work

The required services include periodic cleaning of medium and small prevacuum sterilizers, as well as comprehensive maintenance for surgical, procedural, and dental instruments. This instrument maintenance encompasses sharpening, adjusting, aligning, refurbishing, calibrating, cleaning, stain removal, polishing, lubricating, chemical etching, and parts replacement. Repair services for case-cart and push-cart are also included. All work must adhere to Original Equipment Manufacturer (OEM) specifications and use OEM instruments and parts. Compliance with applicable laws (OSHA, EPA, VA) and VHA Directive 1192 (influenza vaccination/masking) is mandatory, along with facility-specific requirements for security, privacy, and conduct.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: Base period from March 1, 2026, to February 28, 2027, with four (4) one-year option periods.
  • Estimated Value: Approximately $34 Million (per SF 1449, Block 26).
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Solicitation Issue Date: February 6, 2026
  • Offer Due Date: February 24, 2026, at 10:00 AM Central Time (CST)

Submission & Evaluation

Quotes must be submitted via email to jerri.schuster@va.gov. Responses exceeding 7MB should be split into multiple emails. Award will be made to the responsible offeror whose quote meets quality standards and offers the best price, based on evaluation of Technical Capability and Price. A site visit is scheduled for Friday, February 13, 2026, at 9:00 AM Local Time; attendees should meet POC Sandra Arntzen. Questions regarding the RFQ must be submitted via email to JERRI.SCHUSTER@va.gov by Tuesday, February 17, 2026, at Noon Local Time.

Eligibility / Set-Aside

This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be SDVOSB certified and provide required certifications as per VAAR Clause 852.219-75. The NAICS Code is 811210 (Electronic and Precision Equipment Repair and Maintenance). Technical capability must demonstrate relevant previous experience and specific certifications such as ISO 9001, ISO 13485, ASQ, and CQI.

Additional Notes

FAR clauses 52.212-1, 52.212-4, and 52.212-5 are incorporated by reference or attached. Offerors are required to complete SF 1449 blocks 17a, 30a, 30b, 30c, and Block 1(a) on Page 2. The Product Service Code (PSC) is J065.

People

Points of Contact

Contracting OfficerJerri SchusterPRIMARY

Files

Files

Download

Versions

Version 3
Special Notice
Posted: Feb 19, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 6, 2026
Version 1
Pre-Solicitation
Posted: Feb 6, 2026
View