CEREC Primescan Dental Software
ID: 36C25925Q0589Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Software Publishers (513210)

PSC

DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6520)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the procurement of CEREC Primescan Dental Software, specifically the full version (5.2) and Pro Module, for the Oklahoma City North Dental Clinic. This solicitation, identified by RFQ #36C25925Q0589, aims to enhance the functionality of existing digital intraoral scanners through software upgrades. The acquisition operates under a firm-fixed price contract, and only authorized dealers or original equipment manufacturers (OEMs) are eligible to submit quotes, ensuring compliance with domestic product standards. Interested parties must submit their quotes electronically by August 12, 2025, and direct any questions to Luther Dickens at luther.dickens@va.gov or 303-829-1559 by August 7, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The government is seeking quotes for the procurement of CEREC Primescan Dental Software, specifically the full version (5.2) and Pro Module for the Oklahoma City North Dental Clinic. This solicitation, identified by RFQ #36C25925Q0589, outlines the requirement for software upgrades to enhance the functionality of digital intraoral scanners currently in use. The estimated deadline for questions regarding the RFQ is 3:00 PM MST on August 7, 2025, and quotes must be submitted electronically by August 12, 2025. The acquisition operates under a firm-fixed price contract, and no gray market items will be accepted; only authorized dealers or original equipment manufacturers (OEMs) are allowed to submit quotes. The request includes specifications for delivery to the Oklahoma City Veterans Affairs Medical Center, where the upgraded software must be installed on existing Primescan hardware. The evaluation of offers will prioritize price, although technical compliance with the Statement of Work is essential for selection. Regulations outlined in the Federal Acquisition Regulation (FAR) detail requirements for procurement processes, including compliance with domestic product standards. This solicitation underscores the VA's commitment to improving healthcare technology and services for veterans.
    The document outlines the VA's requirements related to subcontracting for supplies and products as specified in the clause "VA Notice of Limitations on Subcontracting - Certificate of Compliance." It mandates that offerors certify compliance with limitations on subcontracting, stipulating that non-manufacturer contractors may not pay more than 50% of the contract amount to firms not listed as Veteran-Owned Small Businesses (VOSBs) or Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must also certify their status as either a manufacturer or nonmanufacturer and provide documentation to verify compliance. The certification is essential for contract eligibility, and any violations can lead to significant penalties, including fines and debarment. Offerors are responsible for maintaining records to demonstrate compliance during contract performance. This clause is critical in promoting small business participation and ensuring proper oversight of government contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6520--691-Dental Instrumentation Kits
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified vendors to provide Dental Instrumentation Kits, including Hygiene, Restorative, Endo, Endo Spreader, and Assorted Instrument Kits, for the VA Greater Los Angeles Healthcare System. These kits are essential for assisting surgeons in performing dental procedures aimed at restoring knee operations for patients. This procurement is a firm-fixed price, short-term contract, and responses to the sources sought notice are due by December 11, 2025, at 10:00 AM Pacific Time. Interested vendors should contact Contracting Officer Jonathan C. Ford via email at Jonathan.Ford1@va.gov for further information and must comply with the Non-Manufacturer Rule and Buy American Act requirements.
    DA01--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract for the InstyMed Dispenser System, identified by Solicitation Number 36C25226Q0106. This procurement includes the purchase of the dispenser system and professional installation services, emphasizing that it is not a request for proposal or quote, as no solicitation document is available. The InstyMed Dispenser System is crucial for enhancing medication delivery and management within VA facilities. Interested parties must respond to this notice by December 12, 2025, at 10:00 am CST, and can contact Contracting Officer Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4850 for further information.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This combined synopsis/solicitation (36C10G25Q0112) aims to acquire FDA-certified equipment that is essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four option years. Interested vendors must ensure compliance with various requirements, including the submission of technical capabilities and pricing, with proposals due by December 12, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    J065--Dental Dexis Panos Imaging Preventative Maintenance Inspection, Corrective Maintenance, and Repair Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance, corrective maintenance, and repair services for Government-owned Dexis Panos imaging systems at the Greater Los Angeles VA Healthcare System and its associated clinics. The procurement requires contractors to deliver all necessary labor, materials, software support, and travel, ensuring compliance with manufacturer instructions and relevant regulatory standards. These services are critical for maintaining the operational integrity of medical imaging equipment, which plays a vital role in patient care. Interested contractors must submit their capability statements and relevant information to Loan Dho at loan.dho@va.gov by 10:00 AM (PST) on December 8, 2025, to be considered for this opportunity.
    J065--Walla Walla VA OPTIME COMPLETE Service Agreement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Zeiss Optime Complete Service Agreement for the Walla Walla VA Medical Center, focusing on preventive and corrective maintenance for specific ophthalmology systems. This procurement is a total small business set-aside and requires vendors to be manufacturer-authorized, providing OEM documentation for the HFA3 860, ATLAS 500, and CLARUS 500 systems. The contract, valued at approximately $34 million, includes a base year and three option years, with services performed on-site during business hours and a 10-business-day response time for corrective maintenance. Interested vendors must submit their proposals by December 10, 2025, at 10:00 AM PST, and can contact Contract Specialist Denise L Patches at Denise.Patches@va.gov for further information.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.
    6530--Self-Service Kiosk and Intelligent Queueing Display Hardware
    Buyer not available
    The Department of Veterans Affairs (VA), specifically the VISN 15 Network Contracting Office, is seeking information from potential vendors for the procurement of self-service kiosks and intelligent queueing display hardware at the Kansas City VA Medical Center. The requirement includes the purchase of six new kiosks and a two-year hardware warranty for 28 existing kiosks, all of which must be compatible with the existing Vetlink software and capable of integrating with future Electronic Health Record Modernization (EHRM) plans. These kiosks are critical for enhancing patient and staff interactions while ensuring compliance with privacy regulations, ADA requirements, and operational standards. Interested parties must submit their responses, including company details and capabilities, to Contract Specialist Tracie Raggs at tracie.raggs@va.gov by December 12, 2025, at 0800 CST.