Opportunity
SAM #36C26226Q0692
MiPACS Dental Imaging System Maintenance and Support for VA Greater Los Angeles
Buyer
VA 262 Network Contract Office 22
Posted
April 22, 2026
Respond By
April 29, 2026
Identifier
36C26226Q0692
NAICS
811210, 811219
This opportunity seeks qualified vendors to provide maintenance and software support for the MiPACS Dental Imaging System at the VA Greater Los Angeles Healthcare System. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22, VA Greater Los Angeles Healthcare System - OEM Highlight: - MiPACS (manufacturer of the Dental Imaging System) - Vendors must: - Be authorized MiPACS service providers - Provide annual preventive maintenance and technical support (phone and email) - Respond to system work stoppages within 1 hour and general issues within 2 business days - Deliver annual maintenance including access to new versions, updates, patches, bug fixes, and enhancements as released by MiPACS - Comply with all manufacturer specifications, federal regulations, and VA requirements - Provide service documentation at no additional cost - Products/Services Requested: - Maintenance and technical support services for MiPACS Dental Imaging System (no specific part numbers or hardware quantities listed) - Unique Requirements: - Only authorized MiPACS service providers will be considered - Strict response times for technical support - Compliance with all federal and VA regulations is mandatory
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below.
VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to provide maintenance and software support for MiPACS Dental Imaging System.
Vendor must be an authorized service provider for MiPACS System
The contractor must provide the following tasks:
Annual Technical Support provides the customer with the ability to call and email the Contractor to report problems, receive technical support, and answer any questions about the MiPACS Components on all MiPACS equipment and software being used at VA Greater Los Angeles.
If the MiPACS system experiences an issue causing a work stoppage, Vendor must respond within 1 hour after customer has reported an issue.
If the customer reports a general issue or inquiry not related to a malfunction causing a system work stoppage, the Vendor must respond within 2 business days.
Hours for telephone and email support are from 5:30am 5:00pm PST.
Annual Maintenance includes access to new versions, updates, and patches to the MiPACS Components as they are released. Bug fixes and enhancements, including any feature requests made by users which are approved by the MiPACS manufacturer, are provided in these updates.
For the duration of this contract, contractor will provide these new versions, updates, and patches to Biomedical Engineering in accordance with the VA s Security Requirements.
All services for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations, which will be provided upon request. Also, Contractor must provide the appropriate service documentation, if applicable, at no additional expense.
If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 811210? (4) Does your company have an FSS contract with GSA , SEWP, NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/SEWP/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811210 ($34 million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 04/29/2026 10:00 AM PST. After reviewing the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov