6520--DENTAL FURNITURE
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 339114
Description
DENTAL FURNITURE 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 furniture 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 sole source justification order for dental furniture. 1.1 Background Harry S Truman VA Medical Center - Multi-Specialty CBOC Rolla requires dental furniture 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 sole source 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 15th, 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). Upon award: Field verification must be conducted and coordinated with the COR and Activations PM to ensure locations of utility boxes and all items. Shop drawings must be provided prior to installation. Activations PM will contact contractor in regards to specific delivery and installation dates to coordinate with other services. Requirements: JSN Nomenclature Qty D0670 Console, Treatment Unit, Dental Operatory 6 D0680 Console, Accessory/Side, Dental Operatory, W/Sink, 84in 5 D0680A Console, Accessory/Side, Dental Operatory, WO/Sink, 84in 5 D0680B Console, Accessory/Side, Dental Operatory, W/Sink, 72in 1 D0680C Console, Accessory/Side, Dental Operatory, W/O Sink, 72in 1 D0685 Cabinet, Storage, Dental Operatory, Wall MNTD 5 D0685A Cabinet,Storage,Dental Operatory,Wall MNTD 8 D3320 Chair, Operating, Dental 6 D3380 Stool, Operating, Dental, Doctor 7 D3390 Stool, Operating, Dental, Assistant 7 D6050 Light, Dental, Operating, Ceiling, Track 7 D6151 Monitor Mount, Ceiling 1 D6151A Monitor Mount, Side Cabinet 5 D6151B Monitor Mount, Wall Mounted 1 D7090 Utility Center, Dental, Wall or Floor Mounted 7 D8250 Delivery System, Dental Operating 5 D8560 12 O'Clock Delivery System 5 D8560A 12 O'Clock Delivery System, Dual 2 U0087 Console with Sink, Oral Surgery, Custom 1 Specifications: A-dec 591 | Inspire Treatment Console Height adjustable round work surface is 22 ½ in. diameter, constructed of ½ in. thick Wilsonart Gibraltar (laminate and quartz options are available). The adjustable height range is 33.5 to 36 in. The work surface and support pivots 320° on a height adjustable post to allow for variable positioning in the treatment zone. Supports dual HVE's or single HVE, Saliva ejector and air water syringe. Capable of holding ancillary devices (such as curing light, warm water syringe, Isolite, etc.). The internal water lines contain an anti-microbial AlphaSan that provided added protection against microbial contamination. Left/Right Hand Conversion without tools. All instrument delivery positions may be fully duplicated on either side of the work surface to allow both the right and left handed operator complete uncompromised utilization of the equipment. Multiple holder configurations including 3-position, 4-position, or dual 2-position. Individually articulating holders for maximum flexibility in instrument positioning. Modular, push-on connections on both ends of vacuum tubings for reliable seal and easy maintenance. Integral solids collector with fine mesh screen to trap materials from entering vacuum system. Standard multi-function touchpad provides secondary control of the chair and dental light. A self-contained water system is supplied to allow mounting remotely or to the 12 o'clock cabinet. The water system is pressurized with unit air and provides water to the syringe and water quick-disconnect (optional). The water bottle is a quick-disconnect design with an internal pickup tube to help reduce the opportunity for cross-contamination. Individual air and water pressure regulators. ON/OFF control of regulators provided by pneumatic master switch. Individual air pressure gauge. Proudly manufactured and assembled in Newberg, OR, USA - certificate of origin available. UL Classified in USA and Canada. EC compliant. Finish options: To be approved by VA interior designer. Countertops: Snowdon White Laminate: Leave Likatre A-dec 593 | Inspire Side Console | Right Sink 84 Cabinet shell and related component parts are 5/8 or 3/4 in. thick, 45 lb industrial grade particleboard. Curved end panels are Medium Density Fiberboard. Countertop is a 2 cm composite buildup of 0.236in thick plywood with phenolic backer (resistant to environmental effects of high humidity and moisture) and 12 mm thick acrylic resin, Wilsonart Gibraltar or DuPont Corian. All particleboard is 100% post-industrial recycled/recovered fiber. All particleboard and plywood are CARB compliant. (Title 17, California Code of Regulation 93120). Cabinet columns are constructed of e-coated 12-gauge cold rolled steel for strength and rigidity. Door and drawer fronts covered with vertical grade high pressure V32 laminate (HPDL). Locks are available. Drawers constructed with Blum Tandembox drawer system with integrated soft-close. Must include sink component with waste drop, a round SS sink with faucet and soap dispenser The slides are tested to a 75-150 lb. dynamic load. Door hinges are Blum CLIP top Blumotion hinges constructed of nickel-plated steel with integrated soft-close and three-way adjustments. Door and drawer edges are finished with color matched 2 mm thick rigid PVC (polyvinyl chloride) edge banding. ICV Vacuum line cleaning system available as option Sub base structure is made from 10-gauge roll-formed steel with 16-gauge cold-rolled steel powder coated covers that are attached by rare earth neodymium magnets. Cabinet designed for seamless integration of optional A-dec side delivery system, inclusive of mechanical reinforcement and provisions for discrete utilities connectivity. Leveling feet are built into sub base structure for leveling cabinet prior to anchoring to the floor with seismic cleats designed to ASCE-05 standards. Base modules include a cutout to allow for the routing of wires and cables internal to the consoles. Optional wire and management cable kits are available. Proudly manufactured and assembled in Newberg OR, USA - certificate of origin available. USA UL approved 120V wiring. UL Certified in USA and Canada. Finish Options: To be approved by VA interior designer. Countertops: Snowdon White Laminate: Leave Likatre A-dec 593 | Inspire Side Console | Left Cabinet 84 Cabinet shell and related component parts are 5/8 or 3/4 in. thick, 45 lb industrial grade particleboard. Curved end panels are Medium Density Fiberboard. Countertop is a 2 cm composite buildup of 0.236in thick plywood with phenolic backer (resistant to environmental effects of high humidity and moisture) and 12 mm thick acrylic resin, Wilsonart Gibraltar or DuPont Corian. All particleboard is 100% post-industrial recycled/recovered fiber. All particleboard and plywood are CARB compliant. (Title 17, California Code of Regulation 93120). Cabinet columns are constructed of e-coated 12-gauge cold rolled steel for strength and rigidity. Door and drawer fronts covered with vertical grade high pressure V32 laminate (HPDL). Locks are available. Drawers constructed with Blum Tandembox drawer system with integrated soft-close. The slides are tested to a 75-150 lb. dynamic load. Door hinges are Blum CLIP top Blumotion hinges constructed of nickel-plated steel with integrated soft-close and three-way adjustments. Door and drawer edges are finished with color matched 2 mm thick rigid PVC (polyvinyl chloride) edge banding. ICV Vacuum line cleaning system available as option Sub base structure is made from 10-gauge roll-formed steel with 16-gauge cold-rolled steel powder coated covers that are attached by rare earth neodymium magnets. Cabinet designed for seamless integration of optional A-dec side delivery system, inclusive of mechanical reinforcement and provisions for discrete utilities connectivity. Leveling feet are built into sub base structure for leveling cabinet prior to anchoring to the floor with seismic cleats designed to ASCE-05 standards. Base modules include a cutout to allow for the routing of wires and cables internal to the consoles. Optional wire and management cable kits are available. Proudly manufactured and assembled in Newberg OR, USA - certificate of origin available. USA UL approved 120V wiring. UL Certified in USA and Canada. Finish Options: To be approved by VA interior designer. Countertops: Snowdon White Laminate: Leave Likatre A-dec 593 | Inspire Side Console | Right Sink 72 Cabinet shell and related component parts are 5/8 or 3/4 in. thick, 45 lb industrial grade particleboard. Curved end panels are Medium Density Fiberboard. Countertop is a 2 cm composite buildup of 0.236in thick plywood with phenolic backer (resistant to environmental effects of high humidity and moisture) and 12 mm thick acrylic resin, Wilsonart Gibraltar or DuPont Corian. All particleboard is 100% post-industrial recycled/recovered fiber. All particleboard and plywood are CARB compliant. (Title 17, California Code of Regulation 93120). Cabinet columns are constructed of e-coated 12-gauge cold rolled steel for strength and rigidity. Door and drawer fronts covered with vertical grade high pressure V32 laminate (HPDL). Locks are available. Drawers constructed with Blum Tandembox drawer system with integrated soft-close. Must include sink component with waste drop, a round SS sink with faucet and soap dispenser The slides are tested to a 75-150 lb. dynamic load. Door hinges are Blum CLIP top Blumotion hinges constructed of nickel-plated steel with integrated soft-close and three-way adjustments. Door and drawer edges are finished with color matched 2 mm thick rigid PVC (polyvinyl chloride) edge banding. ICV Vacuum line cleaning system available as option Sub base structure is made from 10-gauge roll-formed steel with 16-gauge cold-rolled steel powder coated covers that are attached by rare earth neodymium magnets. Cabinet designed for seamless integration of optional A-dec side delivery system, inclusive of mechanical reinforcement and provisions for discrete utilities connectivity. Leveling feet are built into sub base structure for leveling cabinet prior to anchoring to the floor with seismic cleats designed to ASCE-05 standards. Base modules include a cutout to allow for the routing of wires and cables internal to the consoles. Optional wire and management cable kits are available. Proudly manufactured and assembled in Newberg OR, USA - certificate of origin available. USA UL approved 120V wiring. UL Certified in USA and Canada. Finish Options: To be approved by VA interior designer. Countertops: Snowdon White Laminate: Leave Likatre A-dec 593 | Inspire Side Console | Left Cabinet 72 Cabinet shell and related component parts are 5/8 or 3/4 in. thick, 45 lb industrial grade particleboard. Curved end panels are Medium Density Fiberboard. Countertop is a 2 cm composite buildup of 0.236in thick plywood with phenolic backer (resistant to environmental effects of high humidity and moisture) and 12 mm thick acrylic resin, Wilsonart Gibraltar or DuPont Corian. All particleboard is 100% post-industrial recycled/recovered fiber. All particleboard and plywood are CARB compliant. (Title …
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.