Skip to content
Department of Veterans Affairs

6515--Cone Beam Computed Tomography (CBCT) Imaging Unit

Solicitation: 36C25526Q0305
Notice ID: ab51e80ad01f4351977521fa5f6d86c0
TypeSources SoughtNAICS 339113PSC6515DepartmentDepartment of Veterans AffairsStateMOPostedApr 02, 2026, 12:00 AM UTCDueApr 09, 2026, 01:00 PM UTCCloses in 7 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MO. Response deadline: Apr 09, 2026. Industry: NAICS 339113 • PSC 6515.

Market snapshot

Awarded-market signal for NAICS 339113 (last 12 months), benchmarked to sector 33.

12-month awarded value
$129,396,230
Sector total $48,220,088,547 • Share 0.3%
Live
Median
$135,163
P10–P90
$42,626$314,038
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+721%($101,252,925)
Deal sizing
$135,163 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 Memorial Veterans Hospital, 800 Hospital Drive • Columbia, Missouri • 65201 United States
State: MO
Contracting office
Leavenworth, KS • 66048 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MO20260079 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
+25 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 25 more rate previews.
Davis-BaconBest fitstate match
MO20260079 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Platte
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260082 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Bates, Caldwell, Clay +3
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+24 more occupation rates in this WD
Davis-Baconstate match
MO20260072 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Cass
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $43.60Fringe $33.52
Rate
BRICKLAYER
Base $40.53Fringe $16.69
Rate
TILE SETTER
Base $34.09Fringe $20.36
+23 more occupation rates in this WD
Davis-Baconstate match
MO20260009 (Rev 1)
Open WD
Published Jan 30, 2026Missouri • Chariton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $45.60Fringe $35.47
Rate
BRICKLAYER
Base $32.79Fringe $21.31
Rate
TILE SETTER
Base $32.79Fringe $21.31
+22 more occupation rates in this WD

Point of Contact

Name
Tracie Raggs
Email
tracie.raggs@va.gov
Phone
913-946-1985

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 339113

Description

SOURCES SOUGHT NOTICE REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT Cone Beam Computed Tomography (CBCT) unit THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this RFI/Sources Sought Notice is for market research purposes only, to obtain information in regards to the 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 requirements below. 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 published 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, capabilities, and other market information 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). The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). DESCRIPTION: The Department of Veteran Affairs, Network Contracting Office 15 (NCO 15) is seeking sources that can provide a cone beam computed tomography imaging unit in accordance with (IAW) the below requirement and North American Industry Classification System (NAICS) code 339113 with a size standard of 800 employees. The objective of this project is to purchase and successfully install a new cone beam computed tomography (CBCT) imaging unit at Harry S Truman VA Medical Center. This includes ensuring the system is fully operational with the necessary software, training staff on its use, and providing ongoing technical support to maintain optimal functionality. Technical Requirements/Tasks Delivery and installation of imaging unit Ensure system integration with existing IT infrastructure and ensure compatibility with current medical software. IE: VISTA imaging, CPRS and Future software Oracle. Provide comprehensive training for relevant medical and technical personnel on the operation of the new unit. Offer technical support and maintenance services post-installation to ensure ongoing optimal performance. For a Minimum of 5 Years. Base plus four. Maximum height of 101 IN Maximum height of 67 IN chin and min height of 41 IN, chin rest must be able to move up and down between those heights Must weigh no more than 465 Ibs Must not take up anymore space than 59.06 (L) x 78.74 in (D) x 86.61 in (H) Generator tube voltage must be 60-90 kV Frequency must be at 140 kHz The focus for the image must be between 0.3 and 0.7 mm Image field must be at least 6.4 x 140mm Magnification must be able to do at least 1.28 Gray scale must be at least 14bits Radiological exams must have the following Full panoramic Segmented panoramic Bitewing Maxillary sinus Lateral tmj x2 Lateral TMJ x4 Sinus AP/PA/Lateral Orthogonal panoramic Exposure should be between 0.5 sec to 13 sec Tooth/teeth Full, upper or lower jaw TMJ Face ENT Upper cervical spine Input voltage for unit should be 50/60 Hz 100-240V VENDOR RESPONSES If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. 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.)? 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. Is your company an authorized distributor/supplier and/or service provider (or equivalent) of the products and/or services identified in this sources sought? If so provide authorization letters and/or agreements from manufacturer. 10. 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. 11. Are the products your company provides in response to this sources sought manufactured in the United States of America (USA)? If not provide the name of the country where the products are manufactured. 12. Does your company currently hold a Federal Supply Schedule (FSS) contract with GSA, the VA National Acquisition Center (NAC), NASA SEWP, 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? 13. Please submit a capabilities statement that provides clear, compelling, and convincing evidence that your company can meet the requirements outlined in this sources sought. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, April 09, 2026, at 08:00 CST.

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.