Feasibility Study for Payload Processing Facility for Nuclear Operations
Agency: Kennedy Space Center
Location: Florida
NAICS: 541990
| Agency | VISN 8: Sunshine Healthcare Network |
|---|---|
| Deadline | 01/17/26 |
| Posted | 01/07/26 |
| Estimated Value | $120,000 - $220,000 (AI estimate) |
| Set Aside | Small Business |
| NAICS | 339114 - Dental Equipment and Supplies Manufacturing |
| PSC | 6520 - Dental Instruments, Equipment, And Supplies |
| Location | C.W. Bill Young VA Healthcare System 10000 Bay Pines Blvd Bay Pines, FL 33744 United States |
Good day, SDVOSB s, VOSB s, SB s This Sources Sought is issued solely for informational and planning purposes only. It does not constitute the issuance of a solicitation or a promise to issue a solicitation in the future. The purpose of this notice is to conduct market research and obtain information from qualified SDVOSB businesses. This is not a request for bids, quotes, offers, or proposals. The responses to this announcement will assist in determining the socio-economic status such as a SDVOSB set-aside if feasible. If insufficient SDVOSB responses are received to establish the basis for setting this requirement aside for SDVOSB s, the requirement may be solicited as a VOSB or a SB set aside in which case all interested parties responding shall be eligible to compete. Please direct reply in the affirmative via email if you are interested and can provide the required service/product for this requirement. Please provide your capability statement, I will accept responses for this Sources Sought until the 17th of January 2026 14:00, thanks. Bay Pines VA Dental Panoramic XR Equipment Scope of Work: The Contractor is to include the storage, installation, testing and training of the equipment. The dental lab will require the panoramic XR system with the associated supporting equipment and install. The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation. The Contractor will also be responsible for storage, delivery, installation, testing and training of the new equipment delivered. The timeline for this requirement is expected for March 2026 but may change based on the construction timeline. Equipment: The following equipment shall be provided and installed by the Contractor in the space determined by the Government. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable: Panoramic XR (qty 2) Tube Voltage: 60 120 kV or equivalent Frequency: 140 kHz or equivalent Focal Spot: 0.3 to 0.7mm or equivalent Image Field: 6.4 x 140 mm or equivalent Modalities: Full Panoramic Segmented Panoramic Bitewing Maxillary Sinus Lateral TMJ x 2 and x 4 Sinus AP PA Lateral Orthogonal Panoramic Exposure Time 0.5 to 13s 3D Modality Voxel Size 75 m minimum or equivalent Exams Tooth/Teeth Full, Upper, Lower Jaw TMJ Face ENT Upper Cervical Spine Weight: 210 kg or equivalent Face Scanning or equivalent Supporting Equipment Patient Seat Delivery: Confirmation of delivery location will be provided post-award. Delivery must be at the new clinic site and scheduled with the Point of Contact (POC) during the activation period of the clinic. Delivery address and hours are Monday Friday (Excluding National Holidays), 8am 3:30pm: Bay Pines VA Clinic Building 112 10000 Bay Pines Blvd Bay Pines, FL 33744 Installation: After award all project implementation meetings, shall be coordinated with the POC who will communicate with clinical services, engineering service and the construction contractor. Installation and implementation dates are to be coordinated in advance with the POC. All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review upon request by the Government. All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work. The Contractor shall provide all labor, materials, tools, equipment etc. to prepare for and complete the installation of the equipment in the space determined by the Government. The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation. Training: The Contractor shall provide a comprehensive onsite training program for the operating clinicians. This training program shall include at the minimum the following sessions: (i) Technical Training and Operational Training. Training shall occur onsite during normal business hours, 7:00am-5pm, Monday through Friday. Competency assessments shall be provided with the training. Onsite training is to be scheduled in advance with the Bay Pines VA Healthcare System through the POC. Training shall cover detailed instruction regarding the preventative maintenance, troubleshooting, and general maintenance of the equipment. Inspection and Acceptance The Contractor shall conduct a joint inspection with the POC upon delivery of equipment. The Contractor shall test any connections to the medical gas system, electrical/ data components, plumbing with the POC. If there are issues with any items, the Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The POC shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. Warranty: The contractor shall provide a six-month labor warranty. The contractor shall provide a five-year warranty for the upholstery. The contractor will provide a ten-year warranty for the equipment.
Background The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking information from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses (SB) for a potential contract involving the procurement of dental panoramic XR equipment. The purpose of this Sources Sought notice is to conduct market research to determine the socio-economic status for a possible set-aside contract. The agency aims to enhance its dental services through the acquisition of advanced imaging technology. Work Details The Contractor will be responsible for the storage, installation, testing, and training related to the dental panoramic XR system and associated supporting equipment. The specific equipment required includes: - Panoramic XR (quantity: 2) - Tube Voltage: 60 – 120 kV or equivalent - Frequency: 140 kHz or equivalent - Focal Spot: 0.3 to 0.7mm or equivalent - Image Field: 6.4 x 140 mm or equivalent - Modalities include: - Full Panoramic - Segmented Panoramic - Bitewing - Maxillary Sinus - Lateral TMJ x2 and x4 - Sinus, AP, PA, Lateral, Orthogonal Panoramic - Exposure Time: 0.5 to 13s - 3D Modality with Voxel Size: minimum of 75 µm or equivalent - Exams include: - Tooth/Teeth, Full Upper/Lower Jaw, TMJ, Face, ENT, Upper Cervical Spine - Weight: approximately 210 kg or equivalent. Supporting equipment includes a patient seat. All equipment must be FDA approved and in new condition with operational manuals provided. Period of Performance The expected timeline for this requirement is March 2026; however, it may change based on the construction timeline. Place of Performance Bay Pines VA Clinic, Building 112, 10000 Bay Pines Blvd, Bay Pines, FL 33744.
| Contact name | William Penhallegon |
|---|---|
| Contact email | william.penhallegon@va.gov |
| Contact phone | 727-398-6661 Ext 10082 |
Agency: Kennedy Space Center
Location: Florida
NAICS: 541990
Agency: USACE Mobile District
Location: Florida
NAICS: 237110
Agency: Surface Forces Logistics Center
Location: Florida
NAICS: 238210
Agency: NPS Southeast Region
Location: Florida
NAICS: 238320