6515--Cone Beam Computed Tomography (CBCT) Imaging Unit
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 Network Contracting Office 15 (NCO 15), is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for a Cone Beam Computed Tomography (CBCT) imaging unit. This unit is intended for the Harry S Truman VA Medical Center in Columbia, MO. This is for market research only and is not a solicitation. Responses are due by April 09, 2026, at 08:00 CST.
Scope of Work
The objective is to purchase and successfully install a new CBCT imaging unit. Key requirements include:
- Delivery and installation of the imaging unit.
- System integration with existing IT infrastructure and medical software (e.g., VISTA imaging, CPRS, Oracle).
- Comprehensive training for medical and technical personnel on the unit's operation.
- Provision of technical support and maintenance services post-installation for a minimum of 5 years (Base plus four option years).
Technical Specifications
The CBCT unit must meet specific technical requirements, including:
- Dimensions: Max height 101 IN; chin rest 41-67 IN; max weight 465 lbs; footprint max 59.06" (L) x 78.74" (D) x 86.61" (H).
- Generator: 60-90 kV voltage, 140 kHz frequency, 0.3-0.7 mm focus.
- Imaging: At least 6.4 x 140mm image field, 1.28 magnification, 14 bits gray scale.
- Radiological Exams: Full/segmented panoramic, bitewing, maxillary sinus, lateral TMJ (x2, x4), sinus AP/PA/Lateral, orthogonal panoramic, tooth/teeth, full jaw, TMJ, face, ENT, upper cervical spine.
- Exposure: 0.5 to 13 seconds.
- Input Voltage: 50/60 Hz, 100-240V.
Submission Requirements
Interested vendors should provide:
- Company Name, Address, SAMS UEI, POC, Phone, Email.
- Small business status (SDVOSB, VOSB, Hubzone, WOSB, Large Business) relative to NAICS 339113 (800 Employees).
- If large business, details on small business distributors/subcontractors.
- Authorization letters if an authorized distributor/supplier.
- Details on any product alterations.
- Country of manufacture.
- Information on existing Federal Supply Schedule (FSS) or other federal contracts.
- A capabilities statement demonstrating ability to meet requirements.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339113 (Surgical and Medical Instrument Manufacturing)
- Size Standard: 800 Employees
- Set-Aside: None specified (market research stage)
- Response Due: April 09, 2026, at 08:00 CST
- Published Date: April 02, 2026
- Place of Performance: Harry S. Truman Memorial Veterans Hospital, Columbia, MO 65201
Additional Notes
Responses are for information and planning purposes only and do not constitute an offer. A solicitation, if issued, will be published separately. Telephone responses will not be accepted. All responses should be submitted via email to Tracie Raggs (tracie.raggs@va.gov).