6515--EQUIPMENT - DENTAL AIR COMPRESSOR REPLACEMENT
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: NY. Response deadline: Mar 30, 2026. Industry: NAICS 339114 • PSC 6515.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 339114
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 12. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 12, 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339114- Dental Equipment and Supplies Manufacturing (size standard of 750 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide Dental Air Compressor Replacement that at a minimum meets the following salient characteristics with a brand name or equal product for the James J. Peters VA Medical center: To Be Delivered to: James J. Peters VA Medica Center 130 W Kingsbridge Road Bronx, NY 10468 The VA has a preference for domestic (manufactured in the United States) content where available. Specifications: Statement of Work James J. Peters VA Medical Center (Bronx VA) Replacement of Dental Air Compressors 1.0 Purpose The purpose of this project is to remove the existing air compressor equipment that supplies compressed air to the Dental Suite at the Bronx VA Medical Center and to furnish and install a new primary compressor pump along with a secondary backup compressor. This effort is intended to restore full operational capability, introduce redundancy, and ensure continued compliance with VA facility performance requirements. 2.0 Scope of Work The contractor shall provide all labor, supervision, materials, tools, equipment, transportation, and incidentals necessary to complete the replacement and enhancement of the Dental Suite air compressor system. Work includes isolating and removing the failed unit, installing a new OEM-compliant compressor pump, installing a supplemental backup compressor system, performing all mechanical tie-ins, conducting system startup and testing, and coordinating any required off-hours system downtime. All work shall adhere to VA standards, OSHA requirements, NFPA codes, and manufacturer installation guidelines. 3.0 Detailed Tasks 3.1 System Isolation and Safety Preparation The contractor shall perform a full lockout/tagout procedure on the electrical supply and any other applicable utilities feeding the compressor system. Lockout/tagout procedures must be executed in accordance with OSHA 29 CFR 1910.147. Verification of zero-energy state is required before work begins. Appropriate notifications must be provided to facility staff prior to initiating system shutdown. 3.2 Removal of Existing Compressor Assembly The contractor shall disconnect and remove the defective compressor/pump assembly currently installed. Tasks include: Disconnecting mechanical connections and piping interfaces. Unbolting and removing the existing compressor pump (Model SLAE05E or equivalent). Transporting removed components to the designated VA disposal or storage location. 3.3 Installation of New Primary Compressor Pump A new OEM-equivalent compressor pump shall be furnished and installed. Work includes: Positioning and mounting the new pump onto the existing system frame. Precisely aligning the pump and motor shafts to manufacturer tolerances. Installing new drive belts and verifying proper belt tension and pulley alignment. Ensuring that all mounting hardware and vibration isolation components are properly installed. 3.4 Installation of Secondary Backup Compressor System The contractor shall supply and install a complete auxiliary backup compressor system (Model SED100740AJ or approved equal). Scope includes: Mechanical placement and secure mounting of the backup compressor unit. Installation of all associated piping, connectors, valves, and distribution tie-ins required for integration into the existing compressed air network. Completing all mechanical connections except electrical work, which is expressly excluded from this scope. Ensuring that the backup system is configured for seamless transfer should the primary unit be offline. 3.5 System Startup, Testing, and Verification Upon completion of the installation work, the contractor shall perform a full operational checkout of both compressor systems. Testing shall include: Initial startup in accordance with manufacturer procedures. Verification of pressure output, system cycling, noise levels, and overall performance. Confirming redundancy functionality and operational readiness of the backup unit. Leak testing of all new mechanical joints and piping. Delivering test results and commissioning documentation to VA personnel. 3.6 Coordination of Off-Hours Work The contractor shall coordinate with VA facility management to schedule work that may require offline system conditions during non-operational hours. This may include: Mechanical tie-ins requiring temporary interruption of the air distribution system. Activities that could impact patient care or facility operations. All off-hours scheduling must be approved at least five business days prior to the intended shutdown. 4.0 Deliverables The contractor shall provide the following: Installation documentation and as-built mechanical drawings (updated to reflect system changes). Manufacturer datasheets for the new primary pump and backup compressor system. Startup and commissioning test reports. A list of installed components, including serial numbers and warranty information. 5.0 Performance Standards All work shall comply with the following: Department of Veterans Affairs technical standards and facility requirements. OSHA safety guidelines and lockout/tagout regulations. NFPA standards applicable to mechanical and compressed air systems. Manufacturer recommendations for installation, operation, and maintenance. High-quality workmanship ensuring reliable long-term operation. 6.0 Work Schedule and Period of Performance The contractor shall coordinate all work with the designated individual/s in the Facilities Management/Engineering Department. Work must be completed within the agreed project timeline and executed in a manner that minimizes interruption to the Dental Suite's clinical operations. DAYS AND HOURS OF OPERATION: Monday Friday, 8:00 a.m. to 4:30 p.m. excluding the following federal holidays: New Year s Day Martin Luther King Jr s. Day President s Day Memorial Day Juneteenth Fourth of July Labor Day Columbus Day Veteran s Day Thanksgiving Christmas Day 7.0 Responsibilities 7.1 Contractor Responsibilities Provide all necessary materials, tools, labor, equipment, and supervision. Maintain a clean and safe work area throughout the project. Protect adjacent VA property and restore any disturbed areas. Comply with all infection control requirements if entering clinical areas. 7.2 Government Responsibilities Provide access to the workspace and escort as required. Provide utility shutdown coordination and approvals. Review and accept project deliverables. 8.0 Warranty The contractor shall provide a standard manufacturer warranty for all installed equipment and a minimum one-year workmanship warranty unless otherwise specified. Item Number Description Quantity 1 Compressor Materials & Equipment 2 2 Labor 1 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. 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. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items? (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your Sam.gov Unique Entity ID number. Responses to this notice shall be submitted via email to Sanchez.Reid@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 30,2026 at 12:00PM EST. 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 responses to this sources sought. 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.
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.