NYARNG Panoramic Dental X-RAY
SOL #: W912PQ26QA009Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W7NR USPFO ACTIVITY NY ARNG
LATHAM, NY, 12110-2224, United States
Place of Performance
Cortlandt Manor, NY
NAICS
Dental Equipment and Supplies Manufacturing (339114)
PSC
Dental Instruments, Equipment, And Supplies (6520)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 4, 2026
2
Submission Deadline
Mar 12, 2026, 1:00 PM
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 New York Army National Guard (NYARNG) Medical Command is soliciting proposals for a Dental Panoramic X-Ray Imaging System (OPG), specifically a Planmeca ProOne (Pan/Ceph) or equivalent. This system is required to enhance diagnostic imaging, treatment planning, and Soldier dental care across Army dental clinics. The acquisition is conducted under full and open competition. Quotes are due by March 12, 2026, at 9:00 AM EST.
Scope of Work
The requirement is for one digital dental panoramic X-ray imaging system, including two #2 sensors, a radiation shield, remote trigger, and ray removal services. The system must:
- Produce high-quality digital panoramic radiographic images for diagnosis and treatment planning, supporting adult and pediatric patients.
- Be DICOM-compliant, integrate with enterprise medical imaging systems, and interface with existing Army dental clinic workflows and software.
- Comply with FDA, NCRP, and DoD radiation safety standards, offering adjustable exposure parameters and pediatric dose reduction capabilities.
- Be designed for frequent clinical use with high operational uptime, operate on standard U.S. electrical power, and have a compact footprint.
- Include a dedicated workstation, all necessary software licenses, a medical-grade printer, and expendables for 2,500 hard-copy images.
- Provide patient and provider radiation protection equipment, including lead aprons, thyroid collars, and remote exposure controls.
Contract Details
- Contract Type: Solicitation (implied Firm Fixed-Price for items).
- Set-Aside: Full and Open Competition (UNRESTRICTED).
- NAICS Code: 339114 (Surgical and Medical Instrument Manufacturing).
- Product Service Code: 6520 (Dental Instruments, Equipment, And Supplies).
- Place of Performance: 11 BEAR MOUNTAIN BRIDGE RD BLD 502, Cortlandt Manor, NY 10567.
- Delivery Deadline: No later than September 1, 2026.
- Warranty: A comprehensive five (5) year warranty covering all system components, including parts, labor, travel, and calibration services, with a 48-hour maintenance response time.
- Sustainment: Manufacturer-approved maintenance, calibration, and technical support at no additional cost for the system's life.
- Compliance: System must comply with HIPAA and DHA privacy/information protection requirements.
Submission & Evaluation
- Quote Due Date: March 12, 2026, at 9:00 AM EST.
- Submission Method: Email specifications, estimated delivery time, and pricing to Meghan.a.sheridan.civ@army.mil.
- Pricing Format: Must include pricing for all four required items (X-Ray, Probes, Radiation Shield, Ray Removal) in the specified format. Partial pricing will not be accepted.
- FAR Compliance: Offerors must have FAR 52.204-26 completed in SAM Reps & Certs or submit a completed copy with their quote.
- SAM Registration: Offerors must have an active registration in SAM (www.sam.gov) to be eligible for award.
- Award Basis: Award will be made to the lowest responsible offeror that meets all criteria outlined in the attached Salient Characteristics/Capabilities Requirements and RFQ.
- Amendments: Interested parties must monitor www.Sam.Gov for any amendments.
Contact Information
- Primary Contact: Meghan Sheridan, meghan.a.sheridan.civ@army.mil, 518-786-4746.
People
Points of Contact
Meghan SheridanPRIMARY
Richard W. PowellSECONDARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Mar 4, 2026