6520--VISN 5 Dental CBCT Replacements
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 5, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide replacement Cone-Beam Computed Technology (CBCT) systems for four VISN 5 medical centers. This Firm-Fixed-Price opportunity includes the supply, installation, de-installation, and training for a total of seven (7) CBCT units. Quotes are due by April 29, 2026, at 12:00 PM ET.
Scope of Work
This requirement involves the acquisition and implementation of seven (7) CBCT systems across the Beckley, Louis A. Johnson, VA Maryland, and Washington DC VA Medical Centers. Key aspects include:
- Supply: Seven CBCT systems with panoramic and CBCT imaging capabilities. Two units for Washington DC VAMC must also have cephalometric imaging. Systems must meet specific technical requirements for field of view, slice thickness, scatter reduction, and power compatibility (120V/240V).
- Integration: Systems must integrate with the VA network, support DICOM format, and archive to MiPACS storage server.
- Installation & De-installation: Full installation of new systems and de-installation of existing units. Contractor is responsible for x-ray tube disposal.
- Training: On-site training for end-users (3 days) and technical staff (basic maintenance/troubleshooting) during the installation process.
- Warranty: A one-year warranty covering repair, preventative maintenance, parts, labor, and travel, with a one-day response time.
- Compliance: Only new Original Equipment Manufacturer (OEM) items are accepted; no gray market or counterfeit products. Vendors must be authorized distributors.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- Performance Period: Installation to be completed by December 31, 2026, with potential extensions.
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified in the SBA database.
- NAICS Code: 339114 (Surgical Appliance and Supplies Manufacturing) with a small business size standard of 1200 employees.
- FSC/PSC: 6520 (Dental Instruments, Equipment, And Supplies).
- Place of Performance: Beckley VA Medical Center (WV), Louis A. Johnson VA Medical Center (WV), VA Maryland Healthcare System (MD), and Washington DC VA Medical Center (DC).
Submission & Evaluation
- Response Deadline: April 29, 2026, at 12:00 PM ET.
- Submission Method: Email quotes to Robin.McDonald3@va.gov.
- Quote Requirements: Include brand, make, model, technical specifications, and proof of authorized distributorship. Offerors must be registered in SAM.gov. A statement accepting terms and conditions (with any exceptions) is required.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical and Past Performance combined are approximately equal to Price.
- Important Clauses: Includes Buy American Act (FAR 52.225-1), Trade Agreements (FAR 52.225-6), and specific VAAR clauses regarding SDVOSB requirements (852.219-73), gray market items (852.212-71), and electronic payment (852.232-72).
Additional Notes
Wage Determinations for the respective states/counties (West Virginia, Maryland, District of Columbia) are included and must be considered for labor cost calculations.