6520--36C25925Q0357| CEREC PRIMESCAN AC TP W STEEL SLEEVE
ID: 36C25925Q0357Type: Presolicitation
Overview

Buyer

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

NAICS

Dental Equipment and Supplies Manufacturing (339114)

PSC

DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6520)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide a CEREC PRIMESCAN with a steel sleeve for the Eastern Colorado Health Care System. This procurement is part of the VA's efforts to enhance dental care services and improve patient outcomes through advanced dental technology. The solicitation, identified by number 36C25925Q0357, is set aside for small businesses and has a response deadline of April 21, 2025, at 16:00 MT. Interested parties can direct inquiries to Contracting Specialist Eric Adusei via email at Eric.Adusei@va.gov, with questions accepted until noon on April 18, 2025.

    Point(s) of Contact
    Eric Adusei (CS)Contracting specialist
    (303) 712-5782
    Eric.Adusei@va.gov
    Files
    Title
    Posted
    The presolicitation notice pertains to the acquisition of a CEREC PRIMESCAN with a steel sleeve by the Department of Veterans Affairs (VA) for the Eastern Colorado Health Care System. The solicitation number is 36C25925Q0357, with a response deadline set for April 21, 2025, at 16:00 MT. This contract is designated as a Small Business Administration (SBA) set-aside. The relevant Product Service Code is 6520, and the corresponding NAICS code is 339114. Interested parties can send inquiries regarding the solicitation to the provided contact, Eric Adusei, via email by noon on April 18, 2025. This document emphasizes the need for vendors to respond within the specified timeline and outlines key details for bidders in context of federal contracting procedures.
    The Department of Veterans Affairs is soliciting bids for the acquisition of a new CEREC Primescan along with training and sustainment services for the VA Eastern Colorado Health Care System. The Request for Quote (RFQ) number is 36C25925Q0357, with a submission deadline set for April 16, 2025, at 16:00 Mountain Time. This solicitation is designated as a 100% Small Business Set Aside, meaning only small businesses may submit bids. Vendors are required to provide original equipment manufacturer (OEM) products and must specify compliance with technical and legal requirements. The evaluation of offers will focus on technical capability and pricing, with a clear preference for submissions providing the best overall value. Additionally, all interested parties are directed to submit their quotes via email only and are warned against communicating with unauthorized VA personnel during the bidding period. Key requirements, including product specifications and pricing schedules, are specified for bidders in order to ensure compliance with the solicitation terms. This solicitation highlights the government’s commitment to acquiring high-quality medical equipment and services to support veteran care.
    The Buy American Certificate outlines certification requirements for offerors in relation to domestic and foreign end products in federal procurement. It mandates that each offeror certifies their end products as domestic unless specified otherwise in the provision. Offerors must identify foreign products, stating their country of origin and confirming if they exceed 55 percent domestic content, except for commercially available off-the-shelf (COTS) items. Additionally, offerors are instructed to separately list domestic products containing critical components and to provide specific line item numbers for these products. The evaluation of offers will comply with the Federal Acquisition Regulation (FAR) Part 25 policies. This provision reinforces preference for American-made goods in government contracting, fostering domestic industry and employment.
    The Statement of Work outlines a requirement for training and sustainment services for two CEREC Primescan systems at the VA Eastern Colorado Health Care System in Aurora, CO. The contractor must supply all necessary personnel, equipment, and materials to meet the defined specifications, including high-precision 3D intraoral scanners and relevant training. Key items include the CEREC Primescan unit itself, with detailed technical specifications, and additional training services to ensure operational proficiency. Delivery of the equipment is expected within 30 days post-award, to be made to the healthcare system's specified address, and notifications to be marked appropriately. The contractor is responsible for providing comprehensive operation and maintenance manuals in both physical and digital formats. Notably, security background checks are not required, and the contractor must also offer warranties covering parts, labor, and associated shipping costs upon delivery. This document is part of a standard government RFP process aimed at acquiring professional services to enhance healthcare operations within the VA system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    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)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs 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 solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    6515--VACUUM ERECTILE DEVICE FOLLOW-ON (VA-24-00017777)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Vacuum Erectile Devices (VEDs) and accessories, identified by solicitation number 36C10G26Q0001. The procurement aims to standardize the supply of FDA-approved manual and automatic VEDs to enhance the quality of care for Veterans experiencing erectile dysfunction, ensuring a reliable and uninterrupted supply chain throughout the contract period. This contract will span a base year with four optional one-year extensions, with a minimum guaranteed amount of $1,000. Interested vendors should direct inquiries to Contract Specialist Shemika S. Wray at Shemika.Wray@va.gov, and are encouraged to submit their proposals in accordance with the outlined requirements and deadlines.
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    6515--CBOC EXAM CHAIRS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the procurement of medical examination chairs under Solicitation Number 36C26226Q0203, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract seeks firm fixed-price offers for brand-name or equal medical examination equipment, which must include features such as power height adjustment, a weight capacity of 500-1000 lbs, a built-in digital scale, and additional functionalities like paper roll storage and treatment pans. This equipment is crucial for providing quality care in Veterans Affairs facilities, ensuring that medical professionals have the necessary tools to support patient examinations effectively. Interested vendors must submit their offers by December 18, 2025, at 4:00 PM PST, and direct any questions to Contract Specialist Debby Abraham at debby.abraham@va.gov by December 16, 2025.
    U006--Intent to Sole Source | Dental Primescan/Primemill Training | Butler VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Dentsply North America, LLC for three days of on-site operational training for the Cerec Primescan and Primemill dental units at the VA Butler, Abie Abraham Health Center in Butler, PA. The training is designed to ensure proper machine operation, enhance dental care for Veterans, and promote the safety of both patients and dental staff, thereby minimizing complications in treatments such as crowns, bridges, and dentures. This specialized training is critical due to Dentsply's unique familiarity with the equipment's design, which is essential for effective operational training. Interested firms that believe they can meet the requirements may submit written notifications and capability statements by December 15, 2025, at 10:00 AM EST, with responses directed to Contract Specialist Arlene Albrite at arlene.albrite@va.gov.
    Advanced Laser Services VA Loma Linda HealthCare Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Advanced Laser Services for the VA Loma Linda Health Care System in California. The procurement aims to identify Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses capable of supplying KTP/CO2/VBeam laser services, including the provision and maintenance of laser equipment, trained technicians, and emergency service availability. This initiative is crucial for supporting surgical procedures within the healthcare system, ensuring high-quality patient care. Interested parties must submit a capabilities statement by December 23, 2025, and should be registered in the System for Award Management (SAM) and, if applicable, the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    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.
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Veterans Affairs, Department Of
    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.