Opportunity
SAM #75H71326Q00030
Planmeca Dental Panoramic X-Ray Unit Sought for Indian Health Service in Oregon
Buyer
Portland Area Indian Health Service (IHS)
Posted
April 27, 2026
Respond By
May 06, 2026
Identifier
75H71326Q00030
NAICS
423450, 334517
The Portland Area Indian Health Service (PAIHS), under the Department of Health and Human Services, is conducting market research for the acquisition of a dental imaging system for its Western Oregon Service Unit in Salem, Oregon. - Government Buyer: - Department of Health and Human Services, Indian Health Service, Portland Area Office - OEM Highlight: - Planmeca is the required Original Equipment Manufacturer (OEM) - Products/Services Requested: - One (1) Planmeca ProMax 3D LEC 11X8 W/CALM ULD Dental Panoramic X-Ray Unit (Part No. CBVT-P-LEC-CALMULD) - Includes delivery, freight, installation, software, software updates, remote support, and onsite operator training - Unique/Notable Requirements: - Brand name only; no substitutions permitted - Vendors must be authorized Planmeca resellers - Installation technicians and trainers must be certified by Planmeca - Preference for Indian Small Business Economic Enterprises (ISBEE) and Indian Economic Enterprises (IEE) under the Buy Indian Act - Potential for similar requirements at other service units in Fort Hall, ID; Warm Springs, OR; and Toppenish, WA - NAICS code: 334517 (Irradiation Apparatus Manufacturing) - Place of performance: Western Oregon Service Unit, Salem, OR
Description
This is a Sources Sought Notice Announcement only. This advertisement is not a solicitation for offers, nor is it a request for quotes. A request for quotes may be issued at a later date.
Portland Area Indian Health Service (PAIHS) is seeking responsible vendors to provide one (1) brand name only Planmeca ProMax 3D LEC 11X8 W/CALM ULD (Part No. CBVT-P-LEC-CALMULD) Dental Panoramic X-Ray Unit to Western Oregon Service Unit (WOSU) located in Salem, Oregon. The requirement includes freight, installation, software, software updates, remote support, and training. Delivery is to be made FOB Destination within 45 days after receipt of order. Installation is to be completed within 15 days of delivery. Operator training is to be provided onsite during business hours (7:30 AM to 5:00 PM local time, Monday through Friday, excluding federal holidays). Please see the attached Specifications Sheet for the full requirement. A suitable vendor must be able to provide the required brand name only item. No substitutions will be accepted.
The contractor must be an authorized reseller for the Original Equipment Manufacturer (OEM) of the panoramic x-ray unit. Additionally, the installation technician and trainer should also be certified by the OEM for their respective roles. Proof of these certifications should be available upon request.
The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified native small businesses, small businesses, or large businesses; (2) whether they are: HUBZone small businesses; service-disabled veteran-owned small businesses; (8a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification according to the North American Industry Classification System (NAICS) code 334517 and the small business size standard is 1,200 employees. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible, and the information may be used by PAIHS for Fort Hall Service Unit, Fort Hall, ID; Warm Springs Service Unit, Warm Springs, OR; Yakama Service Unit, Toppenish, WA; and Western Oregon Service Unit, Salem, OR, for market research information during Fiscal Years 2026 and 2027. This notice is in accordance with 25 U.S.C. 47, Buy Indian Act, with preference to be given to Indian Small Business Economic Enterprises (ISBEE) and/or Indian Economic Enterprises (IEE).
Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be marked. Interested organizations presenting a Capability Statement in response to this Sources Sought Notice must identify their size status.
Respondents must be registered in the System for Award Management (SAM) at SAM.gov and complete Online Representations and Certifications Application.
Responses should include: (1) Business Name, (2) Point of Contact Name, Phone Number, and E-mail Address, (3) UEI, (4) Business Size SMALL OR LARGE, (5) Type of Business NATIVE OWNED, SERVICE-DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED, etc., (6) Demonstration of the capability and capacity to provide the brand name only Planmeca ProMax 3D LEC 11X8 W/CALM ULD Dental Panoramic X-Ray Unit, including freight, installation, software, software updates, remote support, and training. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). All information submissions shall be received via e-mail no later than Tuesday, May 5, 2026, at 5:00 PM Pacific to jacob.blalock@ihs.gov, Purchasing Agent. E-mail shall include reference identification number “75H71326Q00030” on the subject line.