6520--ROLLA DENTAL LAB Harry S Truman VA Medical Center Multi-Specialty CBOC
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), specifically the 255-NETWORK CONTRACT OFFICE 15 (36C255), is conducting a Request for Information (RFI)/Sources Sought to identify qualified sources for dental lab equipment for the Harry S Truman VA Medical Center Multi-Specialty CBOC in Rolla, MO. This RFI aims to gather market information for a potential future acquisition of various dental lab workstations, handpieces, lathes, and trimmers. Responses are due by April 20, 2026, at 5:00 PM CST.
Scope of Requirement
The VA seeks information on vendors capable of supplying specific dental lab equipment, including:
- 2x Workstation, Dental Lab, Tech, Single Station (e.g., Nevin Laboratories Ergotech 9748)
- 1x Workstation, Dental Lab, Microblasting (e.g., Renfert 29474025)
- 2x Handpiece, Laboratory, Dental, Electric (e.g., KaVo Dental Corporation K50)
- 1x Lathe, Dental, Bench Mounted (e.g., Baldor 380WT)
- 1x Trimmer, Model, Dental, 1/2 HP (e.g., Renfert 18081000) All equipment must be the newest, most current model from a manufacturer of record, comply with Electronic Health Record Modernization Standardization (VIEWS 12862405), and include white glove installation. A two-year, free replacement warranty is also required.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 339114 (Dental Equipment and Supplies Manufacturing) with a 750-employee size standard.
- Set-Aside: UNRESTRICTED (for the potential future solicitation)
- Response Due: April 20, 2026, 5:00 PM CST
- Published: April 6, 2026
Information Requested from Respondents
Interested parties should provide:
- Company name, address, point of contact, and UEI number.
- Business size status (e.g., SDVOSB, VOSB, WOSB, Large Business) and whether considered small under NAICS 339114.
- Indication of whether the company is a manufacturer, distributor, or offers an equivalent solution.
- If a small business distributor/reseller, details on any alterations/modifications made to items.
- FSS contract details (GSA, VA NAC, NASA SEWP, etc.), if applicable.
- A capabilities statement demonstrating ability to meet requirements.
- Authorized Distribution Letter, Salient Characteristics, Equipment Capabilities, and Warranty Information.
Additional Notes
This is solely for information and planning purposes and does not constitute a solicitation. Responses will inform future acquisition decisions. A potential future solicitation may be Firm-Fixed-Price with a period of performance from November 2, 2026 – January 31, 2027, and delivery to Rolla, MO. Evaluation factors for a future solicitation are anticipated to include Price, Technical Capabilities, and Past Performance, with Technical and Past Performance combined being equal to Price.