Opportunity
SAM #36C25926Q0298
VA Solicitation for Enovis Total Shoulder Arthroplasty Instrument Sets (Brand Name or Equal)
Buyer
VHA Network Contracting Office 19
Posted
April 02, 2026
Respond By
March 11, 2026
Identifier
36C25926Q0298
NAICS
339112, 423450
This opportunity involves the Department of Veterans Affairs seeking Total Shoulder Arthroplasty Instrument Sets for the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. - Government Buyer: - Department of Veterans Affairs (VA) - Network Contract Office 19 (NCO 19) - Rocky Mountain Regional VA Medical Center - OEMs and Vendors: - Enovis (highlighted as the primary OEM) - Encore (as referenced in part numbers and product names) - Products/Services Requested: - Comprehensive sets of orthopedic surgical instruments and implants for shoulder arthroplasty - Includes AltiVate Anatomic and Reverse Glenoid systems, humeral heads, stems, trialing components, and related accessories - Specific kits and components such as ALTIVATE ANATOMIC CS EDGE Kit, ANATOMIC GLENOID Kit, HUMERAL HEAD Kit, HUMERAL STEM Kit, REVERSE GLENOID Kit, REVERSE HUMERAL PREPARATION Kit, REVERSE HUMERAL TRIALING Kit, RSP HUMERAL TRIALING SMALL Kit, RETRACTOR HUMERAL Kit, HANDLE RATCHETING, EXTENSION POWER TAP RSP, ADAPTOR TAP DRIVER RSP SHOULDER, SOCKET REAMER HUMERAL RSP (SMALL and MEDIUM), RSP CENTRAL DRILL GUIDE HANDLE, and 2.5MM RSP CENTRAL DRILL GUIDE - Numerous individual line items with part numbers (e.g., 804-08-001, 804-06-033, 804-02-083, etc.) - Quantities generally range from 1 to 2 units per item - All items must be new, OEM, and delivered as full kits - Unique or Notable Requirements: - Brand name or equal to Enovis; offers must meet or exceed salient characteristics - Only authorized dealers, distributors, or resellers may supply - No gray market or remanufactured items accepted - Compliance with OEM warranty and service terms is mandatory - Delivery to Rocky Mountain Regional VA Medical Center, Aurora, CO - Asset tags and instrument cases included for inventory and tracking - Place of Performance/Delivery: - Rocky Mountain Regional VA Medical Center, Aurora, CO - Contracting office located in Greenwood Village, CO
Description
Request for Quote (RFQ) #: 36C25926Q0298 Total Shoulder Arthroplasty Instrument Set for Rocky Mountain Regional VA Medical Center Unrestricted | No Set Aside This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Deadline for all questions: 12:00pm March 9th, 2026.All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes submission: Quotes are to be provided to jeremy.ferrer@va.gov no later than 16:00pm MT, March 11th, 2026.Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated; failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0298. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06 effective October 01, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a business size standard of 1,000 Employees. This solicitation is Unrestricted with No Set-Aside used. List of Line Items This is a Brand Name or Equal Requirement Line Item Description Quantity Unit of Measure Unit Price ($) Total Price ($) 0001 Brand Name Or Equivalent: Enovis FAS ALTIVATE ANATOMIC CS EDGE KitThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 1 EA 0002 Brand Name Or Equivalent: Enovis FA SALT ANATOMIC GLENOIDThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 1 EA 0003 Brand Name Or Equivalent: Enovis FAS ALT ANATOMIC HUM HEADThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 1 EA 0004 Brand Name Or Equivalent: Enovis FAS ALT ANATOMIC HUM STEMThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 1 EA 0005 Brand Name Or Equivalent: Enovis FAS ALTIVATE REVERSE GLENOIDThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 2 EA 0006 Brand Name Or Equivalent: Enovis FAS ALTIVATE REVERSE HUMERAL PREPARATIONThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 2 EA 0007 Brand Name Or Equivalent: Enovis FAS ALTIVATE REVERSE HUMERAL TRIALINGThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 2 EA 0008 Brand Name Or Equivalent: Enovis FAS ALTIVATE RSP HUMERAL TRIALING SMALL 2 EA 0009 Brand Name Or Equivalent: Enovis RETRACTOR.HUMERALThis item is a full kit. The contents of this kit can be found in Attachment A with the corresponding CLIN. 2 EA 0010 Brand Name Or Equivalent: Enovis HANDLE, RATCHETING 2 EA 0011 Brand Name Or Equivalent: Enovis EXTENSION, POWER TAP RSP 2 EA 0012 Brand Name Or Equivalent: Enovis ADAPTOR, TAP DRIVER RSP SHOULDER 2 EA 0013 Brand Name Or Equivalent: Enovis SOCKET REAMER, HUMERAL, RSP, SMALL 2 EA 0014 Brand Name Or Equivalent: Enovis SOCKET REAMER, HUMERAL, RSP, MEDIUM 2 EA 0015 Brand Name Or Equivalent: Enovis RSP CENTRAL DRILL GUIDE HANDLE 2 EA 0016 Brand Name Or Equivalent: Enovis 2.5MM RSP CENTRAL DRILL GUIDE 2 EA Grand Total ($) Description of Requirements The requirement is for Total Shoulder Arthroplasty Instrument Set, please reference attached statement of work (SOW). Attachment A (attached) includes additional details on these kits. Delivery and Acceptance Delivery and acceptance are to be F.O.B Destination (RFO 52.247-34) at: Rocky Mountain Regional VAMC 1700 N. Wheeling St. Aurora, CO 80045 Applicable Clauses and Instructions: 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and is found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer's (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA's election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an "or equal" product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet or exceed are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: Brand name, if any; and Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be SBA certified and visible in the SBA Database: https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and is found to be prejudicial to competing contractors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of Quote Shall Include the Following Volumes: Volume I - Technical capability or quality offered to meet the Government requirement.The offeror shall submit its quote demonstrating how it meets the requirements of the Statement of Work (SOW) and solicitation. The offeror shall submit specifications, cut sheets, or brochures confirming the "equal" products, including "equal" products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - PriceThe offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III - Completion of FAR 25 ProvisionThe offeror shall complete the provision if required by FAR Part 25. Provisions RFO 52.225-2, 52.225-4, 52.225-6 to verify all items are in compliance with Buy American requirements. Volume IV - Proof of Distributor agreement with Manufacturer letterThe offeror shall submit verification that they are an authorized distributor of the items quoted. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition. ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Technical capability or quality offered to meet the Government requirement Price Evaluation Approach: 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 Government will use comparative analysis. The following factors will be used to evaluate offers: Technical capability or quality offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the service offered to the Government requirement, as stated in Factor 1 shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. The following RFO clauses are incorporated by reference: Applicable Number Title Source X52.203-6 with Alt IRestrictions on Subcontractor Sales to the GovernmentStatute X52.203-13Contractor Code of Business Ethics and ConductStatute X52.203-17Contractor Employee Whistleblower RightsStatute X52.203-19Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsStatute X52.204-9Personal Identity Verification of Contractor PersonnelOther X52.204-13System for Award Management MaintenanceStatute 52.204-91Contractor identificationOther X52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentStatute X52.209-9Updates of Publicly Available Information Regarding Responsibility MattersStatute X52.209-10Prohibition on Contracting with Inverted Domestic CorporationsStatute 52.219-4Notice of Price Evaluation Preference for HUBZone Small Business ConcernsStatute 52.219-6Notice of Total Small Business Set-AsideStatute 52.219-6 with Alt INotice of Total Small Business Set-Aside, with Alternate IStatute 52.219-8Utilization of Small Business ConcernsStatute 52.219-9Small Business Subcontracting PlanStatute 52.219-9 with Alt ISmall Business Subcontracting Plan, with Alternate IStatute 52.219-9 with Alt IISmall Business Subcontracting Plan, with Alternate IIStatute 52.219-9 with Alt IIISmall Business Subcontracting Plan, with Alternate IIIStatute 52.219-9 with Alt IVSmall Business Subcontracting Plan, with Alternate IVStatute 52.219-14Limitations on SubcontractingStatute 52.219-16Liquidated Damages Subcontracting PlanStatute 52.219-33Nonmanufacturer RuleStatute X52.222-3Convict LaborEO X52.222-19Child Labor Cooperation with Authorities and RemediesEO X52.222-35Equal Opportunity for VeteransStatute 52.222-35 with Alt IEqual Opportunity for Veterans, with Alternate IStatute X52.222-36Equal Opportunity for Workers with DisabilitiesStatute 52.222-36 with Alt IEqual Opportunity for Workers with Disabilities, with Alternate IStatute X52.222-37Employment Reports on VeteransStatute X52.222-40Notification of Employee Rights Under the National Labor Relations ActEO 52.222-41Service Contract Labor StandardsStatute 52.222-42Statement of Equivalent Rates for Federal HiresStatute 52.222-43Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts)Statute 52.222-44Fair Labor Standards Act and Service Contract Labor Standards-Price AdjustmentStatute X52.222-50Combating Trafficking in PersonsStatute 52.222-50 with Alt ICombating Trafficking in Persons, with its Alternate IStatute 52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment RequirementsOther 52.222-53Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services RequirementsOther X52.222-54Employment Eligibility VerificationEO 52.222-62Paid Sick Leave Under Executive Order 13706EO 52.223-9Estimate of Percentage of Recovered Material Content for EPA-Designated ItemsStatute 52.223-9 with Alt IEstimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate IStatute 52.223-11Ozone-Depleting Substances and High Global Warming Potential HydrofluorocarbonsStatute 52.223-12MaintenanceStatute 52.223-20AerosolsStatute 52.223-21FoamsStatute X52.223-23Sustainable Products and ServicesStatute 52.224-3Privacy TrainingStatute 52.224-3 with Alt IPrivacy Training, with Alternate IStatute X52.225-1Buy American-SuppliesStatute 52.225-1 with Alt IBuy American-Supplies, with Alternate IStatute X52.225-3Buy American-Free Trade Agreements-Israeli Trade ActStatute 52.225-3 with Alt IIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIStatute 52.225-3 with Alt IIIBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IIIStatute 52.225-3 with Alt IVBuy American-Free Trade Agreements-Israeli Trade Act, with Alternate IVStatute X52.225-5Trade AgreementsStatute 52.225-19Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United StatesOther 52.225-26Contractors Performing Private Security Functions Outside the United StatesStatute 52.226-4Notice of Disaster or Emergency Area Set-AsideStatute 52.226-5Restrictions on Subcontracting Outside Disaster or Emergency AreaStatute 52.229-12Tax on Certain Foreign ProcurementsStatute 52.232-29Terms for Financing of Commercial Products and Commercial ServicesStatute 52.232-30Installment Payments of Commercial Products and Commercial ServicesStatute X52.232-33Payment by Electronic Funds Transfer System for Award ManagementStatute 52.232-34Payment by Electronic Funds Transfer Other than System for Award ManagementStatute 52.232-36Payment by Third PartyStatute X52.232-40Providing Accelerated Payments to Small Business SubcontractorsStatute 52.232-90Fast Payment ProcedureStatute X52.233-3Protest After AwardStatute X52.233-4Applicable Law for Breach of Contract ClaimStatute X52.240-91Security Prohibitions and ExclusionsStatute 52.240-91 with Alt ISecurity Prohibitions and Exclusions, with Alternate IStatute 52.240-92Security RequirementsOther 52.240-92 with Alt IISecurity Requirements with Alternate IIOther 52.240-93Basic Safeguarding of Covered Contractor Information Systems X52.244-6Subcontracts for Commercial Products and Commercial ServicesStatute 52.247-64Preference for Privately Owned U.S.-Flag Commercial VesselsStatute 52.247-64 with Alt IPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IStatute 52.247-64 with Alt IIPreference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate IIStatute Additional contract requirements or terms and conditions: 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items: VAAR Clauses are incorporated by reference as follows: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) VAAR Provisions are incorporated as follows: VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) RFO 52.252-1 Solicitation Provisions Incorporated by Reference: The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at RFO 52.252-1, Solicitation Provisions Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following RFO provisions are to be incorporated by reference: Applicable Number Title Source X52.203-11Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsStatute X52.203-18Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-RepresentationStatute X52.204-7System for Award Management RegistrationStatute 52.204-7 with Alt ISystem for Award Management Registration, with Alternate IStatute 52.204-90Offeror IdentificationStatute 52.207-6Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts)Statute 52.209-12Certification Regarding Tax MattersStatute 52.219-2Equal Low BidsStatute 52.222-18Certification Regarding Knowledge of Child Labor for Listed End ProductsE.O. 52.222-48Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment CertificationOther 52.222-52Exemption from Application of the Service Contract Labor Standards for Certain Services-CertificationOther 52.222-56Certification Regarding Trafficking in Persons Compliance PlanStatute 52.223-4Recovered Material CertificationStatute X52.225-2Buy American CertificateStatute 52.225-4Buy American-Free Trade Agreements-Israeli Trade Act CertificateStatute 52.225-6Trade Agreements-CertificateStatute 52.225-20Prohibition on Conducting Restricted Business Operations in Sudan-CertificationStatute 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and CertificationsStatute 52.226-3Disaster or Emergency Area RepresentationStatute 52.229-11Tax on Certain Foreign Procurements Notice and RepresentationStatute X52.240-90Security Prohibitions and Exclusions Representations and CertificationsStatute The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due: to jeremy.ferrer@va.gov by 16:00pm MT, March 11th, 2026. Name and email of the individual to contact for information regarding the solicitation: Jeremy Ferrer Jeremy.ferrer@va.gov