6520--Carestream CS9600 CBCT Dental Imaging
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.
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Effective Date: 04/18/2025
Revision: 02
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-5
This solicitation is set-aside for 100% SMALL BUSINESS.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees.
The FSC/PSC is 6520.
The Department of Veteran Affairs is seeking to purchase of Carestream Dental branded Radiographic Dental Cone Beam 3-D Imaging Units, no substitutes allowed. See attached single source justification.
AUTHORIZED RESELLERS ONLY
All interested companies shall provide quotations for the following:
Supplies/Services IN ACCORDANCE WITH SOW
Line Item
Part #
Description
Quantity
Unit of Measure
Delivery Location
0001
1759307
5501200
5330642
5330709
5940085
5940069
5321948
5500590
5942966
CS 9600 16X17 FULL BUNDLE (5 YR P&L)
PATIENTÂ SEATÂ FORÂ CSÂ 9600Â FAMILY
120KVÂ LICENSEÂ FORÂ CSÂ 9600
EXTRAORALÂ FMSÂ LICENSEÂ FORÂ CSÂ 9600
ADVANCEDÂ RADIOLOGYÂ KITÂ FORÂ CSÂ 9600
CSÂ FACEÂ SCANÂ KITÂ FORÂ CSÂ 9600
PDIPÂ LICENSEÂ CSHÂ 2Â WORKSTATIONS
VOUCHER FOR CS Airway - 2 Activations
License server >20 users DICOM CSI8
1
1
1
1
1
1
1
1
1
EA
EA
EA
EA
EA
EA
EA
EA
EA
VAMC Manchester
718 Smyth Rd
Manchester NH
03104
The purchase order/contract period of performance is 60 days from date of award.
Shipping FOB destination
Place of Performance/Place of Delivery
Address:
VAMC MANCHESTER, NH
Country:
UNITED STATES
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.
FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).]
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services Nov 2023
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services Jan 2025
The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10, 52.204-27, 52.209-6,52.219-6, 52.219-28, 52.219-32, 52.219-33, 52.222-3, 52.222-19, 52.222-41, 52.222-50, 52.225-1, 52.225-2, 52.225-3, 52.232-33.
All quoters shall submit the following: Quote, Letter of Authorized Reseller Status
All quotes shall be sent to Tyler Kenyon tyler.kenyon@va.gov
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors:
Price, past performance, delivery speed, OEM authorization
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 9/23/2025 at 1400 EST.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Tyler Kenyon tyler.kenyon@va.gov