4310--RFQ EQUIPMENT - DENTAL AIR COMPRESSOR REPLACEMENT
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), specifically the 242-NETWORK CONTRACT OFFICE 02 (36C242), is issuing a Request for Quotation (RFQ) for Dental Air Compressor Replacement at the James J. Peters VA Medical Center in Bronx, NY. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for the purchase and installation of new dental air compressor systems. Quotations are due by April 10, 2026, at 4:00 PM EDT.
Scope of Work
The project requires the furnishing and installation of new dental air compressor tanks. Key deliverables include:
- Removal of existing defective compressor assembly.
- Installation of one (1) primary dental air compressor (Brand name or equal to SLAAE05E) meeting specific salient characteristics: medical-grade, oil-free, 100% duty cycle, capable of supporting 14 dental treatment rooms, ISO Class 1.4.1 or better air quality, and NFPA 99 Category 3 compliance.
- Installation of one (1) auxiliary backup compressor system (Model SED100740AJ or equal) with N+1 redundancy, redundant dryers/filtration, and automatic lead/lag sequencing.
- System startup, testing, and verification according to manufacturer recommendations and NFPA 99 standards.
- Provision of comprehensive documentation, including installation documentation, as-built drawings, manufacturer datasheets, test reports, component lists with serial numbers and warranty information, technical cut sheets, performance data, maintenance manuals, and recommended PM intervals.
- Onsite operational and maintenance training.
- Coordination of any required off-hours system downtime.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Period of Performance: To Be Determined (TBD).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Offer Due Date: April 10, 2026, 4:00 PM EDT.
- Published Date: April 6, 2026.
Submission & Evaluation
Offerors must provide sufficient technical documentation (product literature or specifications) for thorough evaluation and specify the country of manufacture. Evaluation factors include Technical (meeting/exceeding SOW requirements), Price, and Past Performance.
Eligibility
- Offerors must be certified in SBA VetCert.
- A completed, signed Limitations on Subcontracting (LOS) certificate of compliance is required with the quotation.
Additional Notes
FAR 52.212-1, 52.212-4, 52.212-3, and 52.212-5 are attached or incorporated by reference. The Buy American Act provides a preference for domestic end products. No telephone inquiries will be accepted; direct all questions to Sanchez.Reid@va.gov.