J065--Surgical Instrument Preventative Maintenance, Repair & Inspection

SOL #: 36C24126Q0184Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

West Haven, Connecticut

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

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Feb 20, 2026, 8:00 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 VA Connecticut Healthcare System (VACHS), has issued a Request for Quotations (RFQ) for Surgical Instrument Preventative Maintenance, Repair & Inspection services. This 100% Small Business Set-Aside opportunity aims to ensure optimal performance, safety, and longevity of surgical instruments at VAMC West Haven, CT, and VAMC Newington, CT. Quotes are due by February 20, 2026, at 3:00 PM ET.

Scope of Work

The contractor will provide routine preventative maintenance, sharpening, and minor repair of surgical instruments. Key services include:

  • On-location service at both West Haven (twice monthly) and Newington (once every other month) campuses, servicing at least 15 instrument sets per visit.
  • Inspection, sharpening, and preventative maintenance (honing, deburring, demagnetizing, aligning, adjusting, cleaning, buffing, polishing, passivation, stain removal, restoration of finish, lubricating).
  • Minor repairs such as spring replacement, screw tightening, and box lock/handle adjustments, including restoration to manufacturer specifications.
  • Minor repair of rigid surgical containers.
  • Pickup and delivery of instruments.
  • Documentation of services, instrument condition, and recommendations for replacement.
  • Off-site repair capabilities for complex issues (e.g., repotting bi-polar forceps, diamond dust application, gold plating, microscopic/ophthalmic instrument service).
  • A one-time, joint, wall-to-wall inventory of all surgical instruments at both campuses at the contract's start.
  • Education and staff training for VACHS personnel on instrument handling, care, and maintenance (minimum 4 classes per year).
  • Compliance with ANSI/AAMI and Healthcare Sterile Processing Association standards, and ISO 13485 certification or equivalent.

Contract Details

  • Contract Type: Request for Quotations (RFQ) for commercial products and services.
  • Set-Aside: 100% Small Business.
  • NAICS Code: 811210 (Small business size standard: $34 million).
  • FSC/PSC: J065 (Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies).
  • Period of Performance: A base year (March 1, 2026 - February 28, 2027) with four (4) one-year option periods, extending the potential contract duration through February 28, 2031.
  • Place of Performance: VAMC West Haven, 950 Campbell Avenue, West Haven, CT 06516; and VAMC Newington, 555 Willard Avenue, Newington, CT 06111.

Submission & Evaluation

  • Submission Deadline: February 20, 2026, 3:00 PM Eastern Time.
  • Submission Method: Email quotes to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov.
  • Evaluation Factors: Award will be based on the most advantageous offer to the Government, considering Price and Technical/Quality. Technical evaluation includes meeting/exceeding requirements, ISO 13485 certification or equivalent, and veteran involvement.
  • Quote Requirements: Include solicitation number, company details (name, address, phone, UEI), technical approach addressing SOW, responses to provisions, and a statement of agreement with terms and conditions (or list exceptions).

Important Notes

Offerors must have current annual representations and certifications in the System for Award Management (SAM) at sam.gov. The Government intends to award without discussions, so initial offers should contain the best terms.

People

Points of Contact

Kim McCarthyContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
Version 1
Sources Sought
Posted: Jan 20, 2026
View