6515--EQUIPMENT - DENTAL AIR COMPRESSOR REPLACEMENT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 02, is conducting a Sources Sought / Request for Information (RFI) to identify qualified sources for Dental Air Compressor Replacement at the James J. Peters VA Medical Center in Bronx, NY. This is for information and planning purposes only and does not constitute a solicitation. The VA is seeking to gather market information to aid in future acquisition decisions. Responses are due by March 30, 2026, at 12:00 PM EST.
Scope of Work
The project's purpose is to remove existing dental air compressor equipment and install a new primary compressor pump along with a secondary backup compressor. This effort aims to restore full operational capability, introduce redundancy, and ensure compliance with VA facility performance requirements. The contractor will provide all labor, supervision, materials, tools, equipment, and transportation for:
- System isolation and safety preparation (lockout/tagout per OSHA 29 CFR 1910.147).
- Removal of the defective compressor/pump assembly (Model SLAE05E or equivalent).
- Installation of a new OEM-equivalent primary compressor pump.
- Installation of a complete auxiliary backup compressor system (Model SED100740AJ or approved equal).
- Mechanical tie-ins, system startup, testing, and verification.
- Coordination of any required off-hours system downtime. All work must adhere to VA standards, OSHA requirements, NFPA codes, and manufacturer installation guidelines. The VA has a preference for domestic (manufactured in the United States) content.
Deliverables
Required deliverables include installation documentation, as-built mechanical drawings, manufacturer datasheets, startup and commissioning test reports, and a list of installed components with serial numbers and warranty information. A standard manufacturer warranty and a minimum one-year workmanship warranty are required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339114 - Dental Equipment and Supplies Manufacturing (size standard 750 Employees)
- Response Due: March 30, 2026, 12:00 PM EST
- Published: March 17, 2026, 3:30 PM EST
- Place of Performance: James J. Peters VA Medical Center, Bronx, NY
Submission Requirements
Interested parties should provide company name, address, point of contact, size status (e.g., SDVOSB, VOSB, WOSB, Large Business), confirmation of small business status under NAICS 339114, manufacturer/distributor status, details on distributors (if applicable), information on alterations/modifications (if a small business distributor), subcontracting plans, existing federal contract information (FSS, NASA SEWP), general pricing (for market research only), capabilities regarding salient characteristics and "equal to" items, domestic manufacturing information, feedback on the Statement of Work, and SAM.gov Unique Entity ID. Responses must be submitted via email to Sanchez.Reid@va.gov.
Additional Notes
This RFI is solely for market research and planning. Responses are not offers and cannot be accepted to form a binding contract. A solicitation may be published at a later date, and interested parties must respond to any future solicitation separately.