6515-- Custom Surgical Packs
Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 09, 2026. Industry: NAICS 339112 • PSC 6515.
Market snapshot
Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 339112
Description
Administrative correction to Instructions to Offers: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Sections G. Basis of Award (a) The Government will issue an Indefinite-Delivery/Indefinite-Quantity (ID/IQ) Contract to the responsible quoter whose quotation conforms to the solicitation and most advantageous to the Government. The contract will be awarded to the quoter with the lowest price technically acceptable offer based on the SOW and 36C24626Q0146 line items as listed in Section D. A rating of acceptable or unacceptable will be given.  (b) The following factors shall be used to evaluate quotes:          1) Technical     2) Price H. Evaluation:  Evaluation Approach.  Technical. The technical quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation SOW; Price Schedule and based on the information requested in the instructions to quoters section of the solicitation.   (2) Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: Technical Offeror shall submit the required documentation and detailed process to disinfect and control contamination of unit dose carriers as part of their technical proposal by the Statement of Work (SOW) and provides all line items contained in the document titled 36C24626Q0146 LineItems, as referenced in section D of this RFQ. Vendors shall provide a sample pack of each Custom Packs listed in the document titled 36C24626Q0146 LineItems, as referenced in section D of this RFQ. Quoters shall either submit a video demonstration or provide a live video demonstration via Microsoft Teams, that will be recorded with the Contracting Officer. Demonstrations shall be provided prior to the new solicitation closing date of 03/09/2026 Pass or Fail evaluation: The Government will conduct a pass or fail evaluation of all sample surgical packs presented during Presentation Day. The evaluation of surgical packs will be conducted utilizing the criteria outlined in the document titled Richmond Pack Evaluation Checklist found in Section D of the solicitation. Attendees shall provide samples for all surgical packs listed in the document titled 36C24626Q0146 LineItems. Failure to do so shall result in a Technical Rating of Unacceptable. Offerors shall detail how the packaging will be designed and packaged in the technical offering section of their quotation. Customization: Vendors shall specify their ability to tailor pack contents to meet the requirements and adapt to changes, i.e., explain how this process will work initially and in future years as changes are needed. Delivery: Vendor must specify the lead-times for the quoted items so that the timeframe/delivery information can be evaluated and ultimately agreed upon in the resulting contract. Technical Evaluation is based on Acceptable or Unacceptable as per Table A below. The Offeror either passes Technical or fails based on the overall technical findings. Table A Technical Ratings Rating Description Acceptable The Quote meets the minimum requirements of the solicitation. Unacceptable The Quote does not meet the minimum requirements of the solicitation. Price The total price will be evaluated by the Government. In evaluating the offeror s proposed price for this project, the government s concern includes determining price reasonableness. Customization: Vendors shall specify if there are any costs associated with custom pack configurations outside of those specified in 36C24626Q0146 LineItems. The Government will evaluate the price by adding the total of all line-item prices including options. The Total Evaluated Price will be that sum. To be deemed technically acceptable and be considered for award, an offeror s quote shall include the following in addition to what the statement of work and the evaluation information above requires. Attachment 36C24626Q0146 LineItems Referenced in Section D and attached to this solicitation. ***Provide ONLY the Excel spreadsheet provided in this solicitation. *** The Quoter is to complete Columns O, AN, BY, BZ, CF, and CH ; do not adjust the formatting. Fill out blocks C add/subtract line items as needed to convey your complete offer. An Authorization Letter from the Original Equipment Manufacturer (OEM) must be provided if the offeror is not the OEM in accordance with VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023). A filled-out copy of the Standard Form 1449 which should include at a minimum: Submit page 1 blocks 12, 17, 30a, 30b, and 30c completed by the offeror. page 2 Complete Contractor POC Information and Acknowledge Amendments, if applicable. Section B.2 Price/Cost Schedule is not required to be completed as all information will be provided with the completion of Attachment Line Items . In accordance with FAR 52.204-7 System for Award Management, an Offeror is required to be registered in System for Award Management (SAM) when submitting an offer or quotation and shall continue to be registered until the time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://ww.sam.gov/ for registration information. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.