Opportunity
SAM #36C24526Q0431
Replacement of Dental CBCT Systems and Associated Services for VISN 5 VA Medical Centers
Buyer
VA Network Contracting Office 5
Posted
April 13, 2026
Respond By
April 29, 2026
Identifier
36C24526Q0431
NAICS
339114, 423450, 811219, 541690
This opportunity involves the Department of Veterans Affairs, Network Contracting Office 5, seeking to replace dental cone-beam computed tomography (CBCT) systems at four VISN 5 medical centers. - Government Buyer: - Department of Veterans Affairs, VISN 5 Contract Satellite Office (Network Contracting Office 5) - Products and Quantities: - Seven (7) new dental CBCT systems with panoramic and cephalometric imaging capabilities - Beckley VA Medical Center: 2 systems - Louis A. Johnson VA Medical Center: 1 system - VA Maryland Healthcare System: 1 system - Washington DC VA Medical Center: 3 systems - Hardware, software, and all necessary accessories - Services Requested: - Deinstallation of existing CBCT systems - Installation of new CBCT systems - Comprehensive training for end-users and technical staff (total training sessions: 21) - Warranty and technical support (minimum one-year warranty) - Unique/Notable Requirements: - All equipment must be new, sourced from authorized OEMs (no gray market or counterfeit products) - Compliance with DICOM image storage and MiPACS compatibility for integration with VA imaging workflows - Adherence to federal and VA safety, security, and privacy standards - Set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Place of Performance: - Beckley VA Medical Center, Beckley, WV - Louis A. Johnson VA Medical Center, Clarksburg, WV - VA Maryland Healthcare System, Baltimore, MD - Washington DC VA Medical Center, Washington, DC
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2026-01 3/13/2026. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 1200 employees. The FSC/PSC is 6520. The Department of Veteran Affairs Network Contracting Office 5 Satellite Office located at 510 Butler Ave., Martinsburg, WV 25405 is seeking to purchase Cone-Beam Computed Technology (CBCT) systems as described in the Statement of Work and Price Schedule. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Beckley VA Medical Center - CBCT Replacement 2 ea 0002 Beckley VA Medical Center - Training 6 dy 0003 Beckley VA Medical Center - Deinstallation and Installation 2 jb 0004 Louis A. Johnson VA Medical Center - CBCT Replacement 1 ea 0005 Louis A. Johnson VA Medical Center - Training 3 dy 0006 Louis A. Johnson VA Medical Center - Deinstallation and Installation 1 jb 0007 VA Maryland Healthcare System - CBCT Replacement 1 ea 0008 VA Maryland Healthcare System - Training 3 dy 0009 VA Maryland Healthcare System - Deinstallation and Installation 1 jb 0010 Washington DC VA Medical Center - CBCT Replacements 3 ea 0011 Washington DC VA Medical Center - Training 9 dy 0012 Washington DC VA Medical Center - Deinstallation and Installation 3 jb Statement of Work ----------------- Cone-Beam CT System Replacements General: Scope of Services: The purpose of this requirement is to acquire replacement cone-beam computed tomography (CBCT) systems for VISN 5 medical centers. This includes replacing a total of seven (7) units across Beckley, Clarksburg, Maryland, and Washington VA Medical Centers. All hardware, software, installation services, and staff training are included. Locations: Beckley VA Medical Center, 200 Veterans Ave, Beckley WV 25801-6444 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 VA Maryland Healthcare System, 10 N Greene St, Baltimore, MD 21201 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 Performance Period: Install to be completed by 12/31/26 (with extension if necessary due to site-specific factors that delay installation). Work Hours: Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays. After-hours work requires prior arrangement with the Contracting Officer's Representative (COR). Delivery Hours: The warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays. National Holidays: Observed by the Federal Government: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other declared national holidays. Work on holidays requires prior communication and coordination. Specifications: Technical Requirements: Seven (7) systems with panoramic and CBCT imaging capability. Cephalometric imaging capability for two units at Washington DC VAMC. Panoramic field of view: 4 cm x 4 cm (minimum) to 16 cm x 10 cm (maximum, TMJ capture). CBCT slice thickness: minimum 75 micrometers. Scatter reduction software for CBCT imaging. Power Requirements: Systems must be installable on 120V or 240V circuits depending on site needs. Specific site voltages: Beckley - 240V; Clarksburg - 240V; Washington - 120V; Maryland - 240V. Image Workflow Requirements: Equipped with necessary sensors/detectors for all imaging modes. Includes software for image acquisition and associated workstation if needed. Ability to pull Modality Worklist from VA server. Images in DICOM format, archivable to MiPACS storage, viewable in MiPACS Dental Enterprise Viewer or compatible plugin. Networking Requirements: Connection to VA network. Completion of VA required documentation. Manufacturer must have approved Enterprise Risk Analysis for network installation. VA will provide specific network info post-purchase. Remote support requires a completed MOU/ISA. Provide two copies of operation and service manuals. Delivery Requirements: Within two weeks of projected installation date, coordinated with COR and site representatives. Installation Requirements: Full system installation included. All parts, materials, tools, labor, and travel included. Configuration for system usability. Validation of system functionality upon completion. Patient Health Information: Contractor shall safeguard patient information and report issues to Biomedical Engineering. De-Installation Requirements: Deinstall and dispose of the seven (7) existing systems. Responsible for x-ray tube disposal per regulations. VA handles other hardware disposal. No removal of hard drives or storage containing patient info. Training Requirements: On-site training for end-users (3 days) on device operation and software. Basic training for technical staff on maintenance and troubleshooting. Training during installation before system goes live. Contractor Requirements: Personnel must have factory training and experience. Provide training certificates upon request. Warranty Information: One-year warranty from full installation/acceptance. Includes repair, preventative maintenance, parts, materials, labor, and travel. Support requests responded to within 1 day. System updates during warranty at Biomedical Engineering discretion. Service reports within five working days, including details of services and issues. On-Site Procedures: Report to Biomedical Engineering upon arrival. Sign in/out, tool inspection, and issue reporting required. Non-smoking policy enforced. Parking in designated areas is the contractor's responsibility. Safety and Security: Follow OSHA laws and local infection control procedures. Wear visible ID badges. Property Damage: Prevent damage, report damages immediately, and repair or replace as needed. Quality Assurance: End-users, Biomedical Engineering, and/or the contract COR will verify system functionality. Issues will be communicated through the Contracting Officer. Place of Performance/Delivery: See full addresses for each location, with FAR provisions available at https://www.acquisition.gov/browse/index/far. Applicable Solicitation Provisions and Clauses FAR 52.212-1, Instructions to Offerors – Commercial Products and Services FAR 52.225- Trade Agreements Certificate (must be completed) Offer must include brand, make, model, and technical specifications. Proof of authorized distribution required. Registration in SAM.gov required. Offers due by 12:00 pm ET, Wednesday, April 29, 2026, via email to Robin.McDonald3@va.gov. No phone calls accepted. FAR 52.212-2, Evaluation – Commercial Products and Services (Nov 2021): Most advantageous offer based on technical capability, past performance, and price. Technical and past performance combined are approximately equal to price. Options evaluated for total price; unbalanced options may be rejected. Award upon written notice, with no further action required. FAR 52.216-1, Type of Contract (Nov 2025): Firm-Fixed-Price contract contemplated. FAR 52.225-6, Trade Agreements Certificate (Feb 2021): Certify end products are U.S.-made or designated country products. List non-U.S. end products. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998): Provisions available at https://www.acquisition.gov/browse/index/far and https://www.va.gov/oal/library/vaar/. Additional FAR Clauses 52.203-6, Restrictions on Subcontractor Sales – Alternate I (Nov 2021) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements (Jan 2017) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13, System for Award Management Maintenance (Nov 2025) 52.209-6, Protecting the Government's Interest (Jan 2025) 52.209-9, Updates of Publicly Available Information (Oct 2018) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.222-41, Service Contract Labor Standards (Nov 2025) 52.222-42, Statement of Equivalent Rates (May 2014) 52.222-19, Child Labor Cooperation (Nov 2025) 52.222-50, Combating Trafficking in Persons (Nov 2025) 52.222-54, Employment Eligibility Verification (Nov 2025) 52.222-62, Paid Sick Leave (Nov 2025) 52.224-3, Privacy Training (Jan 2017) 52.225-5, Trade Agreements (Nov 2023) 52.232-33, Payment by Electronic Funds Transfer (Oct 2018) 52.226-8, Encouraging Contract Policies to Ban Text Messaging (May 2024) 852.203-70, Commercial Advertising (May 2018) 852.211-70, Equipment Operation and Maintenance Manuals (Nov 2018) 852.222-71, Compliance with Executive Order 13899 (Apr 2025) 852.246-71, Rejected Goods (Oct 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personnel (May 2020) 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (Nov 2025) VAAR 852.212-71, Gray Market and Counterfeit Items (Feb 2023) VAAR 852.219-73, VA Notice of Total Set-Aside for SDVOSB (Jan 2023) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2018) VAAR 852.242-71, Administrative Contracting Officer (Oct 2020) Additional Instructions To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any.