6530--TABLE HANA 110V
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), Great Lakes Acquisition Center, on behalf of Clement J. Zablocki VA Medical Center, Milwaukee, WI, is seeking a one-time purchase of a Brand Name: Mizuho Table Hana, 110V. This is a combined synopsis/solicitation issued as an RFQ. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotations are due by May 6, 2026, at 10:00 a.m. Central Standard Time.
Scope of Work
The requirement is for one (1) Mizuho Table Hana, 110V (Part Number 6875), including standard components such as the table base, lift-assisted radiolucent leg spars, traction boot pairs, traction hook extensions, femoral lift systems and hooks, femur lift extensions and foot pedal, perineal post, well leg support system, arm boards, patient safety strap, Hana hand pendant, table cover, and three patient care kits. This is a one-time buy.
Contract Details
- Contract Type: Combined Synopsis/Solicitation, Request for Quotation (RFQ)
- Set-Aside: Service-Disabled Veteran Owned Small Business (SDVOSB)
- NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing (Small Business Size Standard: 800 Employees)
- FSC/PSC: 6530 – Hospital Furniture, Equipment, Utensils, and Supplies
- Issuing Office: Great Lakes Acquisition Center, Clement J. Zablocki VA Medical Center, Milwaukee, WI
Submission Requirements
Offerors must submit:
- A quotation in accordance with the addendum to FAR 52.212-1 (Attachment 1).
- An authorization letter or other documents from the OEM verifying the offeror is an authorized dealer, distributor, or reseller.
- A completed copy of items specified in the SOW (Attachment 3).
- Product information showing salient characteristics if proposing an "or Equal" product.
- A statement specifying agreement with all terms, conditions, and provisions, or listing exceptions with rationale.
- A completed "Buy American-Free Trade Agreements-Israeli Trade Act Certificate" (Attachment 3).
- Offerors must be registered in the System for Award Management (SAM) and have a Unique Entity Identifier (UEI).
Evaluation Factors
Award will be based on a comparative evaluation of quotes, determining the most advantageous response to the Government. The decision factors are:
- Price
- Technical/Quality (including meeting requirements and OEM authorization)
- Veterans' Involvement (for SDVOSB/VOSB prime or subcontractors, verified in VIP database)
- Speed of Delivery
Key Dates & Contact
- Quotations Due: May 6, 2026, at 10:00 a.m. Central Standard Time
- Submission Method: Email to Jennifer.Mead@va.gov
- Point of Contact: Jennifer Mead, Contracting Officer, Jennifer.Mead@va.gov