6520--DENTAL FURNITURE
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), Network Contracting Office 15 (NCO 15), is conducting market research through this Request for Information (RFI) / Sources Sought Notice to identify potential sources capable of providing dental furniture for the new Harry S Truman VA Medical Center - Multi-Specialty CBOC – Rolla, MO. This is not a solicitation for bids. Responses are due by March 10, 2026, at 08:00 AM CST.
Scope of Work
The requirement is for various dental furniture items, including treatment consoles, accessory/side consoles (with/without sinks), wall-mounted storage cabinets, dental operating chairs, doctor's and assistant's stools, operating lights, monitor mounts (ceiling, side cabinet, wall-mounted), utility centers, and dental delivery systems (including 12 O'Clock systems). Specific models and detailed specifications, primarily referencing A-dec products (e.g., A-dec 591 Inspire Treatment Console, A-dec 511 Chair, A-dec 577L LED Dental Light), are provided. The scope includes furnishing, delivery (FOB Destination), white glove installation, performance verification, and hands-on training for VA staff. A two-year manufacturer's warranty is required.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought Notice (for market research only)
- NAICS Code: 339114 (Dental Instrument and Supplies Manufacturing) with a 750-employee size standard.
- Set-Aside: None specified (market research stage)
- Response Due: March 10, 2026, at 08:00 AM CST
- Published: February 24, 2026
- Estimated Delivery Dates: November 2, 2026 – January 15, 2027
Information Requested
Respondents must provide company details (Name, Address, UEI, POC, contact info), small business status (SDVOSB, VOSB, Hubzone, WOSB, Large Business), and information on large business subcontracting. Firms should confirm staffing, equipment, licenses, and certifications, and state if they are an authorized distributor/supplier, providing authorization letters. Details on existing Federal Supply Schedule (FSS) or other federal contracts are requested. A capabilities statement demonstrating the ability to meet requirements is mandatory, along with recommendations for improving the Statement of Requirements. Product-specific responses should cover manufacturer details, Non-Manufacturer Rule compliance, alternative product comparisons, COTS status, delivery/lead times, product lifecycle, maintenance, and country of origin.
Important Notes
This RFI is solely for information and planning purposes and does not constitute a solicitation or a binding contract. Responses are not offers. Any future solicitation will be announced separately. Respondents are responsible for all expenses incurred in responding to this notice.