RFP-797-652F-05-0001-R6: 65IIF Patient Mobility Devices

SOL #: RFP797652F050001R6Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NAC FEDERAL SUPPLY SCHEDULE (36F797)
HINES, IL, 60141, United States

Place of Performance

Place of performance not available

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Hospital Furniture, Equipment, Utensils, And Supplies (6530)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 27, 2018
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Mar 26, 2023, 5:00 AM

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 Patient Mobility Devices (FSC Class 6530). This is an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Schedule contract. The solicitation, RFP-797-652F-05-0001-R6, has undergone multiple amendments, with the latest (Amendment 0007) incorporating an Economic Price Adjustment clause and updating Responsibility Evaluation and Signature Authority forms.

Purpose & Scope

This solicitation aims to establish long-term governmentwide contracts for a range of patient mobility devices, including wheelchairs, scooters, ramps, and patient aids. The VA utilizes the FSS program to acquire medical equipment and supplies, making this a critical vehicle for vendors to supply government agencies.

Contract Details

  • Type: Fixed-Price with Economic Price Adjustment, IDIQ Multiple Award Schedule.
  • Duration: A 5-year base period with options to extend for up to 5 additional years, totaling 10 years.
  • Set-Aside: While no specific set-aside is designated for the master contract, various small business set-aside clauses are incorporated by reference, indicating potential opportunities at the order level.

Key Requirements & Submission

Offerors must submit proposals electronically and are required to register in SAM, provide a DUNS number, and submit documents such as a Manufacturer Letter of Supply and proof of insurance. The solicitation prohibits "grey market goods" and refurbished products, requiring new equipment with manufacturer warranties. Digital signatures are accepted.

Evaluation & Eligibility

Award will be based on a "best value" determination, considering factors such as price, past performance, quality, expertise, and socioeconomic status. A pre-award review may be conducted for offers exceeding $3,000,000 annually. Eligibility requires demonstrating responsibility and qualifying for a VA FSS contract, including meeting minimum sales criteria of $25,000 in the first two years and annually thereafter. New offerors without an existing FSS contract must complete the GSA "Pathway to Success" education seminar.

Important Amendments & Updates

Multiple amendments have been issued:

  • Amendment 0007 (latest): 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" (Aug 2025) documents, detailing financial and signatory requirements.
  • Amendment 0006: Updated several FAR clauses (e.g., 52.203-17, 52.212-3, 52.212-5) and introduced a new Responsibility Evaluation document.
  • Amendment 0005: Approved a class deviation to FAR subpart 22.8 (Equal Employment Opportunity) in accordance with E.O. 14173.
  • Amendment 0002: Extended the offer receipt date (though a new date is not explicitly provided in the summaries) and updated electronic submission guidelines, prohibiting "grey market goods."
  • Amendment 0001: Added FAR 52.204-23 (Prohibition on Kaspersky Lab products) and revised Document 03 (Proposal Price List Preparation).

Response Information

Offerors must acknowledge receipt of all amendments. The original response date of March 26, 2023, is outdated, and while Amendment 0002 extended it, a new specific deadline is not provided in the latest summaries. Bidders should refer to the full solicitation documents for the current submission deadline and detailed instructions. Contact: FSS Help Desk at Fss.Help@va.gov or 708-786-7737.

People

Points of Contact

FSS Help DeskPRIMARY

Files

Files

Download
Download

Versions

Version 10
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View
Version 9Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 8
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Version 7
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 6
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 5
Award Notice
Posted: Nov 24, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Sep 4, 2024
View
Version 3
Combined Synopsis/Solicitation
Posted: Sep 10, 2018
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 27, 2018
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 27, 2018
View