6520--Dentsply Primescan Primemill (brand name or equal)
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 Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) in Philadelphia, is conducting market research through a Sources Sought / Request for Information (RFI). The VA seeks to identify qualified sources capable of providing a Dentsply Primescan and Primemill (Brand Name or Equal) dental scanning and milling system to enhance dental procedure precision and efficiency. Responses are due by April 17, 2026, at 4:00 PM ET.
Scope of Work
The requirement is for a one-time purchase of:
- Three (3) CEREC Primescan AC TP intraoral scanners
- One (1) CEREC Primescan milling unit
- One (1) SpeedFire Oven
- One (1) Suction dry milling unit
Key services include: Delivery, setup, DS Core Care, DS Powerup labor, and on-site training at the CMCVAMC. The contractor must provide a minimum one-year warranty and technical support. Products must meet high quality standards and be defect-free.
Salient characteristics for the system include:
- Capability to quickly capture high-resolution digital images.
- Compatibility with any computer/laptop and sharing scans with other VAMC dental departments and labs.
- Ensures sharpness and precision up to 20mm depth.
- Offers powerful performance for milling zirconia (dry and wet).
- Allows for milling temporary crowns chairside or with a dental laboratory.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for market research purposes.
- Period of Performance: One-time purchase, with delivery required within sixty (60) days after Receipt of Order.
- Response Due: April 17, 2026, 4:00 PM ET.
- Published: April 10, 2026.
Submission Requirements
Interested parties must submit a capability statement (maximum 10 pages) via email to andrew.taylor3@va.gov. The response should include:
- Company name, address, point of contact, phone, email, UEI Number, and Cage Code.
- Business size status (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business) and confirmation of small business status under NAICS 339114.
- Confirmation of being a manufacturer, distributor, or offering an equivalent solution.
- Certification as an authorized distributor of the Original Equipment Manufacturer.
- Information regarding compliance with the non-manufacturer rule, if applicable.
- Details on subcontracting plans, if any.
- Information on existing FSS/GSA or other federal contracts.
- General pricing information (for market research only).
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to contract. The government will not pay for any costs incurred in responding. All questions must be directed to the Contracting Officer, Andrew Taylor, via email, referencing Source Sought number 36C24526Q0542 in the subject line.