6515--Oral Surgery Hand Piece
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), specifically the VA Greater Los Angeles Healthcare System, has issued a solicitation (36C26226Q0716) for Oral Surgery Hand Pieces. This procurement aims to acquire specific Stryker brand oral surgery handpieces, including the Elite 7icm Straight attachment, PI Drive 2 PLUS Motor, and Core Footswitch. Responses are due by April 29, 2026, at 9:00 AM Pacific Time.
Scope of Work
The VA is seeking vendors capable of providing Oral Surgery Hand Pieces that meet specific draft salient characteristics. These characteristics, previously outlined in a Request for Information (RFI S05), emphasize compatibility, ergonomic design, battery interface, and durability for surgical environments. The requirement specifically mentions Stryker brand items:
- Elite 7icm Straight attachment
- PI Drive 2 PLUS Motor
- Core Footswitch
Contract & Timeline
- Type: Solicitation (Procurement)
- Solicitation Number: 36C26226Q0716
- Product Service Code (PSC): 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- NAICS Code: 339112
- Set-Aside: Not specified
- Place of Performance: VA Greater Los Angeles Healthcare System, Los Angeles, CA 90073
- Response Due: April 29, 2026, 9:00 AM Pacific Time
- Published: April 24, 2026
Submission & Evaluation
Respondents should be prepared to provide information on their capabilities to meet the specified requirements. The VA has previously sought detailed information on:
- Company capabilities and size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business)
- Whether the company is a manufacturer or distributor
- Ability to meet the specified salient characteristics and feedback on them
- Commercial Off-The-Shelf (COTS) status, Buy American Act compliance, lead times, and FDA clearance
- Existing Federal Supply Schedule (FSS) or other government contracts, and pricing information. Responses should be submitted via email to the specified contact.
Additional Notes
While the SAM.gov metadata lists this as a "Sources Sought" opportunity, the presence of a formal solicitation document (36C26226Q0716) with a firm response deadline indicates a direct procurement action. The details from the associated RFI (S05) provide the specific technical requirements for this solicitation. Bidders should refer to the full solicitation document for complete instructions and requirements.