Dental Wall Mounted X-Ray Units and Sensors
ID: 36C25925Q0655Type: Combined Synopsis/Solicitation
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

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of eleven Dental Wall Mounted Intraoral X-ray Units and three Intraoral X-ray Sensors for the Eastern Oklahoma Veterans Health Care System. These items are intended to replace defective equipment at the Tulsa Health Care Clinic and the Dental Clinic, highlighting the importance of reliable dental imaging technology in providing quality care to veterans. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with quotes due by 3:00 PM MST on August 6th, 2025, and questions accepted until August 4th, 2025. Interested vendors must submit their quotes via email to Luther Dickens at luther.dickens@va.gov, ensuring compliance with all specified requirements, including adherence to the Buy American Act and subcontracting limitations.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quote (RFQ) 36C25925Q0655 is a solicitation for commercial items, specifically eleven Dental Wall Mounted Intraoral X-ray Units and three Intraoral X-ray Sensors, for the Eastern Oklahoma Veterans Health Care System. These items are needed to replace defective devices at the Tulsa Health Care Clinic and the Dental Clinic. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Quotes are due by 3:00 PM MST on August 6th, 2025, and must be emailed to luther.dickens@va.gov. Questions are due by August 4th, 2025. The award will be a firm-fixed-price contract based on price only, with an "All or Nothing Basis." Offerors must be an OEM, authorized dealer, distributor, or reseller, and gray market items are prohibited. The solicitation includes various FAR and VAAR clauses, notably the Buy American Act. Delivery is F.O.B. Destination to the Jack Montgomery VA Medical Center in Muskogee, OK, with installation required at the specified clinics.
    The VA Notice of Limitations on Subcontracting (NOV 2022) outlines strict compliance requirements for offerors seeking contracts for supplies and products under 38 U.S.C. 8127(k)(2). Offerors must certify adherence to subcontracting limitations, specifically that they will not pay more than 50% of the government-paid amount to non-VIP-listed SDVOSBs or VOSBs for supplies or products (excluding material costs). Non-manufacturers must supply products from a domestic small business manufacturer or processor, unless waived. Offerors must also certify their status as a manufacturer or non-manufacturer, meeting specific criteria regarding employee count, primary business engagement, and ownership/possession of items. False certifications can lead to severe penalties, including criminal prosecution and fines. The VA reserves the right to request documentation to verify compliance at any time, and failure to provide such information may result in remedial action. A formal, signed certification is mandatory for all offers to be considered for award.
    The RFQ 36C25925Q0655 issued by the Eastern Oklahoma Veterans Health Care System seeks quotes for eleven wall-mounted intraoral X-ray units and three digital sensors to replace defective devices used for dental care of veterans. The contract is a firm-fixed price and entirely set aside for service-disabled veteran-owned small businesses (SDVOSBs). Key specifications include the installation of the X-ray machines at the Tulsa Health Care Clinic and a dental clinic, with detailed requirements on unit features and performance standards. Quotes must be submitted by August 6, 2025, via email, adhering to specified guidelines on acceptable submissions. The evaluation for the award will focus solely on price and compliance with technical specifications. The submission requirements include completion of the pricing schedule and necessary paperwork demonstrating compliance with the Buy American Act and other regulations regarding the procurement of domestic supplies. This procurement aligns with the VA’s mission to enhance patient service and operational efficiency within the dental clinics, ultimately improving outcomes for veteran patients requiring dental imaging services. The selected contractor is responsible for delivering and installing the equipment at the designated VA locations while ensuring compliance with all technical and regulatory standards.
    The document outlines the VA Notice of Limitations on Subcontracting concerning the certification of compliance for supplies and products. It mandates that offerors must certify adherence to subcontracting limitations, particularly in contracts awarded to service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs). The offeror certifies that for contracts involving supplies, no more than 50% of the government-paid amount will be subcontracted to non-listed firms. Additionally, nonmanufacturers must provide products from qualified domestic small business manufacturers unless granted a waiver. Offerors must confirm their status as manufacturers or nonmanufacturers, complying with various criteria, including employee limits and operational focus. The document emphasizes the necessity of submitting accurate certifications and the potential consequences for false representations, including fines and prosecution under specific U.S. Codes. Additionally, the VA reserves the right to request documentation to verify compliance with subcontract requirements throughout the contract's life. Failure to provide required documentation may lead to remedial actions. The certification also clarifies that bids without completed certifications will be deemed ineligible for consideration.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    6515--Thyroid Uptake System - Captus 4000e or EQUAL
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Thyroid Uptake System, specifically the Captus 4000e or an equivalent model, as part of a procurement set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This requirement is critical for the Bay Pines VA Healthcare System, which emphasizes the need for new equipment that meets specific medical standards, ensuring quality care for veterans. Interested vendors must be registered in the System for Award Management (SAM) and the Small Business Administration's Dynamic Small Business Search (DSBS), with price quotes due by December 12, 2025, following the solicitation release on or about December 8, 2025. For further inquiries, vendors can contact Contracting Officer Moneque Rodriguez at moneque.rodriguez@va.gov or by phone at 813-972-2000.
    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.
    6525--LX Ultrasound System
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 22, is seeking qualified contractors to supply, install, configure, validate, and provide ongoing technical support and maintenance for an LX Ultrasound System at the Loma Linda VA Medical Center in California. The procurement aims to identify small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of meeting the requirements outlined in the Sources Sought Notice, which includes ensuring compatibility with existing equipment and providing a system with a durable, wipeable touchscreen, intuitive interface, and excellent image quality. Interested contractors must respond by December 9, 2025, with detailed company information, including business size, product specifics, current federal contracts, estimated installation time, general pricing, and a comprehensive capability statement. For further inquiries, interested parties can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or by phone at 562-766-2234.
    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.
    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.
    Q522--VHSO Teleradiology Services- Fayetteville (564) SDVOSB competitive
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for Teleradiology Clinical Services for the Veterans Healthcare System of the Ozarks (VHSO) in Fayetteville, Arkansas. The contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, will cover a one-year performance period from January 2, 2026, to December 31, 2026, with a ceiling of $3,100,000 and a guaranteed minimum of $1,000. The selected contractor will provide off-site interpretation of various radiology examinations, including X-Ray, Ultrasound, CT, and MRI studies, while adhering to stringent standards set by the VA and other regulatory bodies. Interested parties should contact Contracting Officer Karen Battie at karen.battie@va.gov for further details and to ensure compliance with all requirements outlined in the solicitation 36C25626Q0022.
    Request for Information Scope Lease
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential sources for leasing and maintaining various medical scopes and supporting equipment through a Request for Information (RFI). The procurement aims to assess the commercial market's capability to provide advanced medical equipment, including urology, ENT, gastro, and bronchoscopes, along with necessary supporting devices such as monitors and laser systems, all of which must meet the latest technological standards and compatibility requirements for sterilization processes at VA facilities within VISN 15. This initiative is crucial for enhancing medical services provided to veterans, ensuring access to state-of-the-art medical technology. Interested vendors must submit their responses, limited to five pages, by 3:00 PM (CST) on December 8, 2025, via email to Jessica D. Barton at jessica.barton1@va.gov, and must be registered in SAM to be eligible for future contract awards.