Skip to content
Department of Veterans Affairs

6520--DENTAL MILLING UNITS

Solicitation: 36C25526Q0227
Notice ID: 57d38603cfa643da81ce9bef68f98ed3
TypeSources SoughtNAICS 339114PSC6520DepartmentDepartment of Veterans AffairsStateMOPostedFeb 24, 2026, 12:00 AM UTCDueMar 10, 2026, 01:00 PM UTCCloses in 14 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MO. Response deadline: Mar 10, 2026. Industry: NAICS 339114 • PSC 6520.

Market snapshot

Awarded-market signal for NAICS 339114 (last 12 months), benchmarked to sector 33.

12-month awarded value
$332,540
Sector total $20,454,451,763 • Share 0.0%
Live
Median
$47,047
P10–P90
$47,047$47,047
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($332,540)
Deal sizing
$47,047 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MO
Live POP
Place of performance
Harry S Truman VA Medical Center Multi-Specialty CBOC – Rolla, 13063 Old Wire Rd • Rolla, MO • 65401
State: MO
Contracting office
Leavenworth, KS • 66048 USA

Point of Contact

Name
TIMOTHY SCRBOROUGH
Email
timothy.scarborough@va.gov
Phone
913-946-1982

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
255-NETWORK CONTRACT OFFICE 15 (36C255)
Office
Not available
Contracting Office Address
Leavenworth, KS
66048 USA

More in NAICS 339114

Description

DENTAL MILLING EQUIPMENT THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposals abstracts, or quotations. The purpose of this RFI/Sources Sought Notice is for market research purposes only, to obtain information in regards availability of specified products, services, or a combination of both products and services, and to identify potential sources capable of providing products or performing services in accordance with the below requirement. Responses to this notice will be used by the Government to make appropriate acquisition decisions. DISCLAIMER: This RFI/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought Notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. If a solicitation is issued it shall be announced at a later date and all interested parties must respond to that solicitation announcement separately from the response to this RFI/Sources sought notice. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Submission of price, delivery, other market information, or capabilities for planning purposes are authorized. However, responses to these notices are not offers and cannot be accepted by the Government to form a binding contract IAW FAR 15.201(e). RESPONSES TO THIS NOTICE: Responses to this notice must be submitted to Timothy Scarborough via email at Timothy.Scarborough@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 10, 2026, at 08:00 CST. BASED ON THE BELOW REQUIREMENT PLEASE PROVIDE RESPONSES TO THE FOLLOWING: A. RESPONSES FOR ALL REQUIREMENT TYPES: 1. Company Name: 2. Company Address: 3. SAMS UEI: 4. Company POC: 5. Phone Number: 6. EMAIL: 7. Is your company considered a small business IAW the NAICS identified in this RFI/Sources Sought Notice? If so, please indicate the 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.)? NAICS: 339114 NAICS SIZE STANDARD: 750 Employees 8. If your company is considered a large business, does your company have any authorized small business distributors/suppliers, service providers, and/or does your company sub-contract to small business concerns? a. If so, please provide the company name, company POC, and small business status (if available): 9. Does your company have the required staffing, equipment, licenses, certification, and/or authorization letters to provide the products and/or services for this sources sought? 10. Is your company an authorized distributor/supplier and/or service provider (or equivalent) of the products and/or services identified in this sources sought? NOTE: Please provide authorization letters and/or agreements from manufacturer. 11. Does your company currently hold a Federal Supply Schedule (FSS) contract with GSA, the VA National Acquisition Center (NAC), or NASA SEWP; or does your company hold a contract with the VA Strategic Acquisition Center (SAC) or have any other federal contract that can be utilized to procure the products and/or services identified in this sources sought? a. If so, please provide the name of the agency, contract number, contract start date, and contract end date. b. Are the products or services identified in this sources sought available on the contract/agreement schedule? Please explain if all or part of the deliverables of this sources sought are available by the contract/agreement schedule. 12. Please submit a capabilities statement that provides clear, compelling, and convincing evidence that your company can meet the requirements outlined in this sources sought. 13. COMMENTS: Please provide recommendations that may be pertinent to the improvement of the Statement of Requirements and potential solicitation. B. RESPONSES FOR PRODUCTS (I.E. SUPPLIES AND EQUIPMENT) 1. Is your company the manufacturer of the product(s) identified in this sources sought? IF NOT: a. Is the manufacturer of the products identified in this sources sought considered to be a small business concern IAW the NAICS Size standard for this sources sought. b. Is your company primarily engaged in retail or wholesale trade for the products identified in this sources sought? c. Is your company an authorized distributor/supplier (or equivalent) of the products identified in this sources sought? NOTE: Please provide authorization letters and/or agreements from manufacturer. d. Non-Manufacturer rule compliance: If Applicable, please confirm that your company complies with the Non-Manufacturer rule in that: 1. The products your company provides are manufactured by a small business. 2. The total number of employees at your company does not exceed 500. 3. Your company is primarily engaged in the retail or wholesale of the products identified in this sources sought. 4. Your company takes ownership/possession of the products in a manner consistent with industry standards. 2. Does your company offer comparable products other than the brand identified in this sources sought? IF SO: a. Do the products your company provides meet or exceed the salient characteristics of the brand identified in this sources sought in terms of functions to be performed; performance requirements; and/or essential physical characteristics? b. Please provide a factual comparison of your company s alternate products and explain how those products can provide equal or better value to the Government when compared to the brand identified in this sources sought. 3. Are the products your company provides in response to this sources sought considered Commercial Off the Shelf (COTS) items IAW FAR 2.101 Commercial Items ? 4. What is the delivery/lead time of the products your company provides? 5. Are there scaled delivery/lead times with greater quantities? Please elaborate. 6. What is the current life cycle of the products your company provides? 7. Are there any maintenance requirements/recommendations associated with the products your company provides in response to the sources sought? If so, please provide the recommended/required maintenance frequencies and estimated cost. 8. Does your company alter, modify, or change the products identified in this sources sought? If so, please identify how the products are altered, modified, or changed. 9. Are the products your company provides in response to this sources sought manufactured in the United States of America (USA) IAW FAR Part 25, FAR Clause 52.225.1, and FAR Provision 52.225-2? If Not: a. Please provide the name of the country where the products are manufactured. b. Is the country where the product(s) are manufactured subject to any trade agreements with the United States of America IAW FAR Part 25? SOURCES SOUGHT DISCRIPTION: The Department of Veteran Affairs, Network Contracting Office 15 (NCO 15) is seeking sources that can provide dental milling equipment in accordance with (IAW) the below requirement and North American Industry Classification System (NAICS) code 339114 with a size standard of 750 employees. REQUIREMENT: SCOPE OF WORK 1.0 Introduction This Statement of Work (SOW) defines the requirements of the Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla in establishing a fixed-price brand name or equal order for dental milling units. 1.1 Background Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla requires dental milling units to outfit the new facility and provide services for the VA. Project Contacts included: 1.2 Scope The scope of this purchase order is to provide Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla with brand name or equal item for delivery to the Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla location. Contractors shall furnish all requirements. Estimated delivery dates are November 2nd, 2026 January 8th, 2027. Specific installation dates will be defined upon award. The delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date due to construction delays. The awardees actual delivery dates will be confirmed by VA upon award. 2.0 General Requirement All equipment to be supplied under the specifications shall be the newest and the most current model of a standard product of a manufacturer of record. A manufacturer of record is defined as a company whose main occupation is the manufacture for sale of the items of equipment and which: a. Maintains a factory production line. b. Maintains a stock of replacement parts for the item. c. Maintains engineering drawings, specifications, operating manuals and maintenance manuals. d. Has published and distributed descriptive literature and equipment specifications on the equipment. Any equipment or service as applicable must be in compliance with the Memorandum dated March 6th 2025 Subject: Electronic Health Record Modernization Standardization (VIEWS 12862405). Requirements: Description/Part Number* Qty D6251 - CAD System, Milling, Dental 1 D6251A - CAD System, Milling, Dental, Acquisition Unit 1 Specifications: Dentsply Sirona Primemill | CAD System, Milling, Dental Chairside dental milling unit designed for in-office fabrication of dental restorations, including crowns, inlays, onlays, veneers, and bridges. Must support both dry and wet milling operations within a single integrated unit. Must be capable of milling glass ceramics, hybrid ceramics, zirconia, and composite materials. Must provide high-precision, 5-axis milling or equivalent capability to produce detailed occlusal anatomy and fine margins suitable for permanent restorations. Must support high-speed milling suitable for same-day dentistry workflows, including fast milling modes for single-unit restorations. Must support automated material loading and tool management or equivalent features to minimize manual intervention. Must integrate with a digital chairside CAD/CAM workflow, including intraoral scanning and design software. Must accommodate pre-sintered zirconia blocks and support milling strategies that reduce post-processing time. Must include automatic tool change capability or equivalent. Must include an integrated touchscreen or computer-based user interface for system operation, job selection, and monitoring. Interface must be suitable for clinical environments and operable with gloved hands. Must include integrated extraction and filtration for dry milling and appropriate fluid management for wet milling to support infection control and equipment longevity. Must be compact and self-contained, suitable for installation in a dental operatory or lab space without specialized construction beyond standard electrical requirements. Must operate on standard U.S. clinical power (120V) or equivalent commonly available healthcare electrical service. Must be compatible with commonly used chairside CAD/CAM systems and allow for software updates without requiring full hardware replacement. Must include a manufacturer's standard warranty and access to authorized service and technical support within the United States. Must be FDA cleared for its intended dental use and compliant with applicable U.S. healthcare equipment standards. Dentsply Sirona Primescan | CAD System, Milling, Dental, Acquisition Unit Intraoral digital impression scanner designed for chairside acquisition of highly accurate digital impressions for restorative, prosthodontic, and implant dentistry. Must utilize optical digital scanning technology capable of capturing full-arch, quadrant, and single-tooth impressions without the use of traditional impression materials. Must provide high-resolution, high-accuracy scans suitable for the fabrication of crowns, inlays, onlays, veneers, bridges, and implant restorations. Must support rapid image acquisition to allow efficient chairside workflows and minimize patient chair time. Must be capable of producing full-arch digital scans with clinically acceptable accuracy for restorative and prosthetic planning. Must support powder-free scanning or equivalent to improve clinical efficiency and patient comfort. Must integrate seamlessly with a chairside CAD/CAM workflow, including design software and milling or fabrication systems. Must include an intuitive software interface for real-time visualization, scan review, and editing during image acquisition. Interface must be suitable for clinical environments and operable with gloved hands. Must feature an ergonomic handheld scanning wand suitable for repeated clinical use and access to posterior regions. Must include autoclavable or disposable scanner tips to support infection prevention and control protocols Must be available as a cart-based configuration suitable for operatory use. Must generate open or commonly used dental file formats suitable for downstream CAD/CAM processing, archiving, or export to fabrication systems. Must include a manufacturer's standard warranty and access to authorized service and technical support within the United States. Must be FDA cleared for its intended dental use and compliant with applicable U.S. healthcare equipment standards. 3.0 Work Hours: Normal business hours are 8:00AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time shall be requested through the Point of Contact. The Government recognized US holidays are: New Year's Day, Martin Luther King, Jr. Day, Presidents Day, Juneteenth, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. 4.0 Delivery and Receiving: Delivery shall be freight on board (FOB) Destination. Installation Address: Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla 13063 Old Wire Rd Rolla, MO 65401-000 Vendor Delivery paperwork requirements: Vendors must provide packing slips with a line-by-line inventory for each item in the delivery to include description and serial number for each item so that items can be entered into the VA property book upon arrival to site or warehouse. 5.0 Period of Performance:  Period of performance will be from November 2nd, 2026 January 31st, 2027 giving the vendor time deliver the product and install, to each listed location, after award.  6.0 Installation  The contractor shall be responsible for the installation, performance verification and validation of the structural components with a VA Activations member who will accept the equipment.  All requested products shall be completely manufactured as specified and delivered to the respective delivery locations as described above. White glove installation shall be included for all products provided under this award. Coordination will need to occur between COR, Activations PM and the GC for utility connections. 7.0 Warranty and Support: The contractor shall provide a manufacture s two-year, free replacement warranty on units with normal wear and tear, including free return shipping, from date of delivery. 8.0 Use of Premises If during the performance of this contract, work will be carried out on Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla premises, the vendor shall perform all work in such a manner that will cause a minimum interference with operations and the operations of other contractors on the premises. The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests). 9.0 GOVERNMENT AND CONTRACTOR RESPONSIBILITIES VA shall provide the contractor with copies of documents that the VA is required to provide. The contractor shall request other VA documentation deemed pertinent to the work accomplishment directly from the COR. The contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work. The contractor shall maintain frequent communications with the Program Office and the COR to conduct work in progress reviews if necessary. Progress reports shall be delivered electronically to the COR, with an electronic courtesy copy to the activations PM. The contractor assumes full responsibility for the delivery of the goods and shall assume all the duties, responsibilities and obligations associated with the prime contractor. The contractor assumes liability for its subcontractors and shall ensure that its subcontractors shall comply in all respect with the relevant terms of this agreement to the extent that it or they are retained by the Contractor. The contractor shall deliver the goods to the Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla locations listed in section 4.0 Delivery Requirements.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.