65--65 II C Dental Equipment & Supply - Solicitation Refresh 797-652C-04-0001-R3
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), through its NAC Federal Supply Schedule (36F797) office, is seeking proposals for a Worldwide Federal Supply Schedule (FSS) Contract for Dental Equipment & Supplies under RFP-797-652C-04-0001-R3. This is a standing solicitation with no specific closing date for offers. Recent amendments have updated key clauses, forms, and reporting requirements.
Scope of Work
This opportunity covers FSC Group 65, Part II, Section C, specifically Dental Instruments, Equipment, and Supplies (FSC 6520, 6525), and Maintenance, Repair, and Rebuilding of Equipment (J065). The contract includes provisions for application software, operating systems, and rental items (not exceeding 12 months).
Contract Details
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule.
- Duration: A 5-year base period with options to extend up to a total of 10 years.
- Minimum Sales: Contractors are expected to exceed $25,000 in sales annually after the first two years.
- Set-Aside: This opportunity is open to all responsible offerors, with various clauses encouraging small business participation.
Submission & Evaluation
- Submission: Offers must be submitted electronically to vafssoffers@va.gov. Paper offers will not be considered. All submitted documents must be 508 compliant.
- Deadlines: This is a standing solicitation with no fixed closing date. Offerors must hold prices firm for 180 calendar days.
- Evaluation: Award will be based on a "best value" determination, considering factors such as price, special features, past performance, quality, warranty, delivery terms, expertise, and socioeconomic status. Offers with an estimated contract value exceeding $3,000,000 per year may undergo a pre-award review.
- New Offerors: Those without an existing FSS contract must complete GSA's "Pathway to Success" seminar.
Key Amendments & Updates
Multiple amendments have been issued, with the most recent updates including:
- Amendment 0007: Incorporates GSAM Clause 552.238-120, "Economic Price Adjustment – Federal Supply Schedule Contracts (Tailored)" (Sep 2024), and updates the "Responsibility Evaluation" (Oct 2025) and "Signature Authority" form (Aug 2025). These detail financial responsibility and signatory delegation requirements.
- Amendment 0006: Updates several FAR clauses to newer versions and introduces a new Responsibility Evaluation document.
- Amendment 0004: Modifies Clause 552.238-80, "Industrial Funding Fee and Sales Reporting", reducing the grace period for sales reporting and IFF remittance from 60 to 30 days after the quarter close, effective FY24 Q1. The IFF is 0.5%.
- Amendment 0003: Adds new clauses (e.g., 52.219-33, leasing terms) and revises "Document 03 – Price Proposal Preparation" (Dec 2020), "Scope of Solicitation", and "Small Business Subcontracting Plan Template".
- General: Offerors must acknowledge all amendments and use the latest versions of all required forms and clauses, including the updated Wage Determinations (Sep 2019) and the Vendor Response Document (02).
Additional Notes
Mandatory electronic invoicing is required for all VA orders. Contact the FSS Service Helpdesk at fss.help@va.gov or 708-786-7737 for inquiries.