Skip to content
Department of Veterans Affairs

6515--552-26-2-965-0008 - Prep CART TABLE SURGICAL INSTRUMENT This solicitation is set-aside for Service-Disabled Veteran- Owned Small Business

Solicitation: 36C25026Q0332
Notice ID: 12b04e093f064680a1cddf536253a05a
TypeCombined Synopsis SolicitationNAICS 339113PSC6515Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateOHPostedFeb 22, 2026, 12:00 AM UTCDueMar 02, 2026, 09:00 PM UTCCloses in 8 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: OH. Response deadline: Mar 02, 2026. Industry: NAICS 339113 • PSC 6515.

Market snapshot

Awarded-market signal for NAICS 339113 (last 12 months), benchmarked to sector 33.

12-month awarded value
$30,291,042
Sector total $20,341,046,444 • Share 0.1%
Live
Median
$50,352
P10–P90
$0$535,532
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+9830%($29,687,017)
Deal sizing
$50,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Dayton VA Medical Center 4100 W. Third Street • Dayton, Ohio • 45428 United States
State: OH
Contracting office
Dayton, OH • 45428 USA

Point of Contact

Name
KEVIN PEEPLES
Email
Kevin.peeples@va.gov
Phone
216-487-1978

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
250-NETWORK CONTRACT OFFICE 10 (36C250)
Office
Not available
Contracting Office Address
Dayton, OH
45428 USA

More in NAICS 339113

Description

Combined Synopsis/Solicitation Notice DESCRIPTION Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business ONLY. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113. The FSC/PSC is 6515. The NCO 10 for Dayton VA Medical Center is seeking to purchase Prep Cart Surgical Instrument Workstation for the Dayton VA Hospital. This solicitation closes on March 2, 2026 @ 4:00 PM. Quotes should be submitted to Kevin Peeples kevin.peeples@va.gov Please reference 36C25026Q0332 This is a Brand Name or Equal Solicitation Contract Number: (completed by the CO at time of award) Task Order Number: (completed by the CO at time of award if a TO) IFCAP Tracking Number: (completed by the requestor. This is the 2237 Number) Follow-on to Contract and Task Order Number: (If this is a follow-on order to a previous contract or TO, insert the contract number or the TO number to which it is a follow-on. If this is not for a follow-on, state Not Applicable ) 1. Contracting Officer s Representative (COR). Name: Erick Story Section: Sterile Processing Service Address: 4100 W. Third Street Dayton, OH 45428 Phone Number: 937-268-6511 ext. 2478 Fax Number: E-Mail Address: erick.story@va.gov 2. Contract Title. Acquisition of 6 Prep and Pack Workstations, 4 Stainless Utility Carts, and 1 Sterile Wrapping Holder. 3. Background. Acquisition of 6 Prep and Pack Workstations, 4 Stainless Utility Carts, and 1 Sterile Wrapping Holder. .4. Scope. The Dayton VAMC, Sterile Processing Department, VISN 10 is seeking to Acquisition of 6 Prep and Pack Workstations, 4 Stainless Utility Carts, and 1 Sterile Wrapping Holder. Items will be delivered, unpackaged and, installed in place designated by service leadership. 5. Specific Tasks. The items need are as follows: See ICGE Requirements The above referenced items should be fully installed with all applicable power requirements hooked up, the items will located at the referenced locations and should be able to function as intended upon completion. While installation of products is active all members of install team will be required to wear protective clothing as defined by service. Cover garmets, shoe coverings, hair and beard nets as applicable. 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 - Integration Management Control Planning. Assembly and install of all items notated above. 5.1.2 Subtask 2 - Contract Management. Deliverables: Monthly Status Report Quantity Unit of Measure Item Unit Price Amount 4 Piece AC2032-SS Stainless Steel Utility Cart: includes 2 shelves, 1" lip on back & sides of each shelf, 3" casters, 18" wide x 27" long x 34" high, cart washable wheels. 6 Units AC1440-EAH-OLT-1SH-MG-ES-3BR-RH Prep & Pack Workstation 60 W x 30 D x 36 -44 H

  • Fully welded stainless steel construction
  • Modular design allows for multiple configurations
  • Integrated footrest
  • 5 casters (2 swivel & 2 locking)
  • EAH: Electronical Adjustable Height
  • OLT: Overhead Light
  • 1SH: Adjustable Flat Shelving
  • MG: Magnifier
  • ES: Electrical Strip
  • 3BR: QTY3 Bin Rails
  • RH: Spool Holder

6 Piece CU-1206 Monitor Mount and Keyboard Holder 1 Units CC-3802-714 Sterile Wrap Carts 38 W x 20 D x 63 H. Stainless steel welded construction Solid bottom shelf for additional storage Four (4) adjustable bars (adjustable in 1 increments for comfortable work height) 3 casters (2 swivel & 2 locking) freight Each Shipping and Handling 5.2 Task 2. 6. Performance Monitoring 7. Security Requirements N/A 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Other Pertinent Information or Special Considerations. Work will need to be completed in a controlled environment, any access to area will follow the dressing requirements of the department. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. All items associated with this project must be provided by contractor. All movement, shipping, and installation will be provided by contractor. e. Inspection and Acceptance Criteria. All items associated with this project must be provided by contractor. All movement, shipping, and installation will be provided by contractor. f. Buy American Act All items must conform to the Buy American Act statues. If items or parts of the order are not made in America that could mean the difference between awarding the contract to your business or not. Orders that do not comply with the Buy American Act require additional reviews from higher levels of management, which in turn adds weeks or even months to being able to award the order. While this is a best value determination, value is also determined by how long it will take to complete the order. Along with your quote, please state where the item(s) were manufactured. 10. Risk Control Work will need to be completed in a controlled environment, members working in controlled area will be required to dress following the department standards. 11. Place of Performance. Dayton VAMC, Sterile Processing Service. 12. Period of Performance. 60 Days from award of contract. 13. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Hospital Design Contractor-Determined Format Standard Distribution* Draft - 15 Final - 60 2 Monthly Status Report Contractor-Determined Format 2 Copies to COR; Letter Only to CO Monthly, on 5th Workday

  • Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be

Emailed. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT JAN 2025 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS NOV 2023 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) JAN 2025 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS MAR 2023 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.219-76 852.203-70 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (DEVIATION) COMMERCIAL ADVERTISING JAN 2023 MAY 2018 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 852.237-70 CONTRACTOR RESPONSIBILITIES OCT 2019 PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS SEP 2023 52.212-2 EVALUATION--COMMERCIAL ITEMS NOV 2021 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS MAY 2024

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.