Opportunity
SAM #36C26226Q0556
VA Solicitation for DENTALEZ Titan 3 Straight Nose Cone System or Equivalent
Buyer
VA 262 Network Contract Office 22
Posted
March 28, 2026
Respond By
April 13, 2026
Identifier
36C26226Q0556
NAICS
339114, 423450
The Department of Veterans Affairs (VA), through its 262-Network Contract Office 22, is soliciting quotations for the supply of the DENTALEZ Titan 3 Straight Nose Cone System (part number 257506) or an equivalent product. - Government Buyer: - Department of Veterans Affairs (VA) - 262-Network Contract Office 22 - OEMs and Vendors: - DENTALEZ (only OEM specifically mentioned) - Vendors must be authorized dealers, distributors, or resellers of the OEM - Products/Services Requested: - DENTALEZ Titan 3 Straight Nose Cone System - Part number: 257506 - Quantity: Not specified in summary - Equivalent products may be offered if they meet all salient characteristics - Unique or Notable Requirements: - Only new, original OEM medical supplies are acceptable; gray market or remanufactured items are not allowed - Vendors must provide an authorization letter from the OEM to ensure warranty and service compliance - Compliance with the Buy American Act and Trade Agreements Act is required - Documentation must be provided regarding country of origin and verification that items are not gray market - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Place of Delivery: - VA Phoenix Healthcare System, Phoenix, Arizona
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number 36C26226Q0556 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-03. This solicitation intends to award a contract through an SDVOSB set-aside; open market, to a business associated with NAICS North American Industrial Classification System Code 399114 with a size standard of 1,000 employees. See Attachment A Schedule for a list of line-item numbers, items, quantities and units of measure. See Attachment B for The Salient Characteristics for the items being requested. The Department of Veterans Affairs (VA) seeks a contractor capable of supplying the DENTALEZ The Titan 3 Straight Nose Cone System (257506) or Equivalent. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristics specified in this solicitation; otherwise, they will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. The information provided is intended to be descriptive, not restrictive, and to indicate the quality that will be satisfactory. Interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal supplies being requested. Delivery Requirements: Place of Delivery: VA Phoenix Healthcare System, 650 E. Indian School Rd., Warehouse, Phoenix AZ, 85012 Period of Performance/Delivery Timeframe: The Delivery Timeframe shall be 30 Days After Receipt of Order (ARO). Additional Delivery Requirements: The provision at 52.212-1, Instructions to Offerors — Commercial Items, applies to this solicitation.
Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Monday, April 13th, 2026, 10:00am PT. Ensure to reference solicitation number [36C26226Q0566] within the subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Thursday, April 2nd, 2026, 2:00pm PT. Offers shall be sent by email to: Jasmine.Pressley-Barnard@va.gov
Ensure the following are completed and/or included in the quote packet: Vendor Information with SAM UEI. Concurrence/non-concurrence with solicitation terms, conditions, and provisions. Items shall be FOB destination. Please specify offered item manufacturer and part number. Provide an Authorized Distributor Letter/Memo from the manufacturer. Product must comply with the Buy American Act; Trade Agreement Act and all other clauses found in the FAR and any agency-specific regulations relevant to this solicitation. BAA: US law requiring federal agencies to purchase domestic goods and construction materials for public use within the United States. Applies to federal procurement for government use and third-party purchases using federal funds; in accordance with FAR 25.1, particularly FAR 52.225-1 (Buy American Act-Supplies). TAA: Federal law enacted in 1979 (codified at 19 U.S.C. §§ 2501–2581) to foster fair and open international trade while allowing the U.S. to waive certain domestic procurement restrictions; in accordance with FAR 25.4, particularly 52.225-5 (Trade Agreements). Please include a Country of Origin for the items being offered (see column A). Offerors shall provide verification that their items are not Gray Market (see examples on Page 4, section Gray Market). Offeror must indicate whether the items are manufactured by a small or large business. All items must be listed on FSS contract if vendor is an FSS contract holder: please list number and expiration date if applicable. Offerors shall fill out columns F-K of Attachment A conforming to requirements stated by the salient characteristics, including exact measurements and instructions below. - If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics or alternatively may state where in the offeror’s overall submission that information can be found. See 52.211-6 for additional information.
52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Lowest priced quotation that meets all salient characteristics in Attachment B and any other stated requirements such as additional delivery requirements that is both responsive and responsible. - Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions must show clear, compelling, and convincing evidence that equal-to items meet all salient characteristics (see Attachment A and B). Offers including any items not determined as Brand Name or Equal shall result in an unacceptable offer. See 52.211-6 Brand Name or Equal for additional information. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses also apply:
52.211-6 - Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must: Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause)
Grey Market Items (a) Gray market items are Original Equipment Manufacturer’s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactured or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM’s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA’s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of clause)
FAR 52.225-1 Buy American-Supplies (Oct 2022) (a) Definitions. As used in this clause: Commercially available off-the-shelf (COTS) item: Means any item of supply (including construction material) that is: (i) A commercial product (as defined in paragraph (1) of the definition of "commercial product" at Federal Acquisition Regulation (FAR) 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; Does not include bulk cargo, such as agricultural products and petroleum products. Component: An article, material, or supply incorporated directly into an end product. Cost of components: For components purchased by the Contractor, the acquisition cost including transportation and applicable duty; for components manufactured by the Contractor, all manufacturing costs plus allocable overhead, excluding profit. Critical component: A component mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain (see FAR 25.105). Domestic end product: Defined by specific criteria regarding manufacturing and component costs, including special rules for iron and steel products. End product: Articles, materials, and supplies to be acquired under the contract for public use. Fastener: Hardware device that mechanically joins or affixes two or more objects together (e.g., nuts, bolts, pins). Foreign end product: An end product other than a domestic end product. Foreign iron and steel: Iron or steel products not produced in the United States. Produced in the United States: All manufacturing processes of the iron or steel must take place in the United States. Predominantly of iron or steel: Cost of iron and steel content exceeds 50% of total cost of all components. Steel: An alloy including at least 50% iron, between 0.02 and 2% carbon, and may include other elements. United States: The 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. The domestic content test is waived for COTS items except for iron and steel products as specified. (c) Offerors may obtain from the Contracting Officer a list of foreign articles treated as domestic for this contract. (d) The Contractor shall deliver only domestic end products except as specified in the "Buy American Certificate" provision. (End of clause)
FAR 52.225-2 Buy American Certificate (Oct 2022) (a)(1) The Offeror certifies that each end product, except those listed in paragraph (b), is a domestic end product and that each domestic end product listed in paragraph (c) contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel, the Offeror shall indicate whether these foreign end products exceed 55% domestic content, except for COTS items. If unknown, select "no." (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component. (4) Terms are defined in the clause "Buy American-Supplies." Line Item No.Country of OriginExceeds 55% Domestic Content (yes/no) _____________________________________________ __________________________________________ ____________________________________________ (b) Foreign End Products:[List as necessary] (c) Domestic end products containing a critical component:Line Item No. __[List as necessary] (d) The Government will evaluate offers in accordance with policies and procedures of FAR part 25. (End of provision)
Non-Manufacturing Rule (NMR) Certification Clause The Contractor hereby certifies compliance with the Non-Manufacturing Rule (NMR) as outlined by SBA regulations and FAR. By entering into this contract, the Contractor certifies: Small Business Status: Qualifies as a small business under SBA size standards. Non-Manufacturer Status: Primarily engaged in retail or wholesale trade and normally supplies the type of product provided; does not manufacture the products supplied. Source of Supply: Will supply products of a small business manufacturer or processor unless a waiver is granted; products manufactured or produced in the U.S. unless exceptions apply. Documentation and Compliance: Agrees to maintain and provide documentation verifying compliance upon request; will flow down certification to subcontractors where applicable. No Alteration of Goods: Will not alter, modify, repackage, or rebrand products supplied under this contract. Timeliness and Accuracy: Certification made at time of offer submission; all information is accurate and truthful. Consequences of Non-Compliance: Acknowledges failure to comply may result in contract termination, debarment, suspension, or other legal action. Signature: ____________________ Name: _____________________ Title: ______________________ Date: ______________________ Business Name: _________________________ This clause ensures compliance with SBA’s Non-Manufacturing Rule by requiring certification about status and sourcing practices. Consult legal advisor or contracting officer to tailor clause and ensure alignment with latest regulations.
Additional Applicable Clauses: 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 852.203-70 Commercial Advertising (Jan 2008) 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities 852.219-78 Notice of Limitations on Subcontracting - Supplies and Services (Apr 1984) 852.219-73 VA Notice of Total Set-Aside For Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023)
The full text of clauses may be accessed electronically at: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp
Additional Provisions: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Oct 2016) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.217-5 Evaluation of Options (Jul 1990) 52.233-2 Service of Protest (Sep 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)