Opportunity
SAM #36C10X26Q0128
VA seeks Planmeca ProX or equivalent Dental Radiographic Units and Sensors for nationwide delivery
Buyer
VA Strategic Acquisition Center
Posted
April 13, 2026
Respond By
April 23, 2026
Identifier
36C10X26Q0128
NAICS
423450, 339114
The Department of Veterans Affairs (VA), through the Strategic Acquisition Center (SAC) Frederick, is seeking vendors to provide Planmeca ProX or equivalent dental radiographic units and digital intraoral sensors for VA medical centers nationwide. - Government Buyer: - Department of Veterans Affairs (VA) - Veterans Health Administration (VHA) - Strategic Acquisition Center (SAC) Frederick - Original Equipment Manufacturer (OEM): - Planmeca (highlighted as the brand name standard) - Products/Services Requested: - Portable handheld intraoral X-ray units (Planmeca ProX Go, part number PROXGO) - Fixed intraoral X-ray units with various mounting options and arm lengths (multiple part numbers, e.g., PROXSS-FC-60-NO, PROXDS-HC-88-NO) - Digital intraoral sensors (USB, Ethernet, and kit configurations; part numbers such as PROSENSORUSB-S2-3FT, PROSENSORETH-S1-6FT) - Sensor control boxes and retrofit kits (e.g., 30056928, 30056931) - Notable Requirements: - Vendors may offer Planmeca brand or equivalent products but must demonstrate compliance with detailed technical specifications (salient characteristics) for each item - All products must be identified by brand name and part number - Vendors must provide technical literature and OEM-authorized distributor letters - Nationwide delivery to all VA medical centers and facilities in the U.S. and its territories - Vendors are encouraged to provide information on annual service plans - Contract Structure: - Single VA-wide Requirements Contract - Firm-Fixed Price orders - 12-month base period with four 12-month option periods - NAICS Code: 339114 (Dental Equipment and Supplies Manufacturing) - Product Service Code: 6515 (Medical and Surgical Instruments, Equipment, and Supplies)
Description
DESCRIPTION The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Dental Radiographic Units Intraoral product line as a candidate for a VA-wide (otherwise referred to as national) single Requirements contract award. The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The SAC in conjunction with VHA is seeking a qualified source to provide Planmeca ProX brand name or equal to Dental Radiographic Units Intraoral on an agency-wide basis. VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders in accordance with FAR 16.503, Requirements Contract, to a supplier of this equipment. Vendors will be required to deliver the Dental Radiographic Units Intraoral to VA medical centers and facilities throughout the United States and its territories. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114 (Dental Equipment and Supplies Manufacturing), and the Product Service Code is 6515 (Medical and Surgical Instruments, Equipment, and Supplies). The FAR Provision at 52.204-7(b)(1) requires that all interested Offerors must be registered in SAM.gov prior to submitting an offer or quotation. You may access the website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of quote submission. Submissions for this source sought shall be submitted by email no later than April 23rd, 2026, at 10:00 am EST to the following addresses: Jalima.Jones@va.gov Kimberly.LeMieux@va.gov This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 SCOPE Dental radiographic units are used for imaging dentition, individual tooth anatomy (i.e., crown, neck, FboNotice), and dental problems (e.g., caries) in adult and pediatric patients, as well as for orthodontic planning and assessment. Periapical radiographs capture the entire tooth and surrounding area, including the apex of the FboNotice; teeth in the maxillary arch and the mandibular arch are imaged separately. Periapical radiographs are used to examine the teeth, bone, and surrounding tissues. Pathological conditions such as a periapical abscess can be diagnosed and confirmed with this type of radiograph. Occlusal radiographs show the masticating surface of the premolars and molars. The following Contract Line-Items Number (CLIN) are being considered: CLIN Manufacturer Part Number Description 0001 Planmeca PROXGO ProX Go 0002 Planmeca PROXSS-FC-60-NO or PROXSS-HC-60-NO ProX Single Stud/Pass Thru 60" (w/Fixed CP or w/Handheld CP) <!-- Additional rows omitted for brevity --> The Department of Veterans Affairs (VA) is seeking vendors who can provide Planmeca ProX brand name, or equal to, Dental Radiographic Units Intraoral as listed above or equivalent commodities which meet all the following salient characteristics (SCs): SCs: Category 1 - Portable Handheld Intraoral X-Ray Unit SC 1: Must be a portable handheld intraoral X-ray unit intended for dental intraoral radiographic imaging. Method of Evaluation: Literature Review SC 2: Must provide image-quality performance suitable for intraoral dental radiography, including a focal spot size of 0.4 mm or smaller. Method of Evaluation: Literature Review SC 3: Must incorporate integrated radiation safety features for protection of both patient and operator. Method of Evaluation: Literature Review SC 4: Must be battery powered and capable of cordless operation for portable clinical use. Method of Evaluation: Literature Review SC 5: Must support portable chairside workflow in multiple treatment areas/operatories. Method of Evaluation: Literature Review SC 6: Must be suitable for digital intraoral imaging workflows. Method of Evaluation: Literature Review SCs: Category 2 - Fixed Intraoral X-Ray Unit SC 1: Must be a fixed intraoral X-ray system intended for dental intraoral radiographic imaging. Applicable CLIN: 0002-0025, Method of Evaluation: Literature Review SC 2: Must support fixed installation in a dental operatory, such as wall, cabinet, pole, ceiling, or equivalent mounted configuration. Applicable CLIN: 0002-0025 <!-- Additional items omitted for brevity --> SCs: Category 3 - Digital Intraoral Sensor SC 1: Must be a digital intraoral sensor suitable for routine dental intraoral radiographic imaging. Applicable CLIN: 0026-0043, Method of Evaluation: Literature Review SC 2: Must provide diagnostic quality imaging with high resolution and low-noise / high-contrast performance suitable for clinical diagnosis. Method of Evaluation: Literature Review <!-- Additional items omitted for brevity --> For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Does vendor offer an annual service plan, Yes or No? If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts? Vendors are requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? Full name and address of company CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If the distributor provides full name, business size and address of manufacturer. Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meets the identified salient characteristics and page numbers where each salient characteristic is met. Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Authorized Distributor Letter Certified by OEM with a current date. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement. Additional Links:VA | OALC | OPAL | SAC