Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2025 SAM #8678
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE WITH OEM | VISN 5 HTM Compass Router Support and Maintenance | LAUREL BRIDGE SOFTWARE INC | 10/01/2025 to 09/31/2026 | (VA-26-00007304)

Notice Date
8/28/2025 12:23:09 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0805
 
Response Due
9/12/2025 10:00:00 AM
 
Archive Date
09/27/2025
 
Point of Contact
AMY WALTER
 
E-Mail Address
AMY.WALTER1@VA.GOV
(AMY.WALTER1@VA.GOV)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SUBJECT* INTENT TO SOLE SOURCE WITH OEM | VISN 5 HTM Compass Router Support and Maintenance | LAUREL BRIDGE SOFTWARE INC (VA-26-00007304) GENERAL INFORMATION CONTRACTING OFFICE�S ZIP CODE* 21201 SOLICITATION NUMBER* 36C24525Q0805 RESPONSE DATE/TIME/ZONE 09-12-2025 1:00 PM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N PRODUCT SERVICE CODE* J065 NAICS CODE* 811210 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs VISN 5 | NCO 5 SUITE 275 849 INTERNATIONAL DRIVE LINTHICUM MD 21090 POINT OF CONTACT* CONTRACTING OFFICER AMY WALTER AMY.WALTER1@VA.GOV NONE NONE NONE ADDITIONAL INFORMATION AGENCY�S URL https://department.va.gov/integrated-service-networks/visn-0 URL DESCRIPTION Veterans Health Administration | VISN 05 AGENCY CONTACT�S EMAIL ADDRESS https://www.va.gov/contact-us/ EMAIL DESCRIPTION Contact us DESCRIPTION Statement of Work Compass Router Maintenance and Support 482-26-1-759-0005 GENERAL Scope of Services: The purpose of this requirement is to provide a full-service support agreement for the VISN 5 HTM Compass Router systems. This support agreement must cover the resolution of any break-fix issues, as well as the provision of all updates, patching, and vulnerability remediation from the vendor as well as applicable reinstatement fees required to enter the service agreement. This requirement must cover labor and any remediate action for all VISN 5 Compass Router systems. Location: VA Maryland Healthcare System, 10 N Greene St, Baltimore, MD 21201 Beckley VA Medical Center, 200 Veterans Avenue, Beckley WV 25801-6444 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 Hershel ""Woody"" Williams VA Medical Center, 1540 Spring Valley Drive, Huntington WV 25704 Martinsburg VA Medical Center, 510 Butler Avenue, Martinsburg WV 25405 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 WORK HOURS Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor must arrange in advance with the Contracting Officer�s Representative (COR). Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays. National Holidays: The holidays observed by the Federal Government are: New Year�s Day, Martin Luther King Day, President�s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran�s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractors may work on holidays with prior communication and coordination. PERIOD OF PERFORMANCE Base Year 10/1/25-9/30/26 EQUIPMENT Server Name Function Location VHABALCCAROUTP Production Server VA Maryland HCS VHABALCCAROUTS Backup Server VA Maryland HCS VHABALCCAROUTT Test Server VA Maryland HCS VHABALCCAROUTD Database Server VA Maryland HCS VHABECCCAROUTP Production Server Beckley VAMC VHABECCCAROUTS Backup Server Beckley VAMC VHABECCCAROUTT Test Server Beckley VAMC VHABECCCAROUTD Database Server Beckley VAMC VHACLACCAROUTP Production Server Louis A. Johnson VAMC VHACLACCAROUTS Backup Server Louis A. Johnson VAMC VHACLACCAROUTT Test Server Louis A. Johnson VAMC VHACLACCAROUTD Database Server Louis A. Johnson VAMC VHAHUNCCAROUTP Production Server Hershel �Woody� Williams VAMC VHAHUNCCAROUTS Backup Server Hershel �Woody� Williams VAMC VHAHUNCCAROUTT Test Server Hershel �Woody� Williams VAMC VHAHUNCCAROUTD Database Server Hershel �Woody� Williams VAMC VHAMWVCCAROUTP Production Server Martinsburg VAMC VHAMWVCCAROUTS Backup Server Martinsburg VAMC VHAMWVCCAROUTT Test Server Martinsburg VAMC VHAMWVCCAROUTD Database Server Martinsburg VAMC VHAWASCCAROUTP Production Server Washington DC VAMC VHAWASCCAROUTS Backup Server Washington DC VAMC VHAWASCCAROUTT Test Server Washington DC VAMC VHAWASCCAROUTD Database Server Washington DC VAMC SPECIFICATIONS System Maintenance The contract must include all corrective (unplanned) maintenance/repair of the Compass Router Systems and PowerTools Suite in accordance with the manufacturer�s requirements. The contract must include all planned maintenance/repair of the Compass Router Systems and PowerTools Suite in accordance with the manufacturer�s requirements. The contract must include 18 priority incident responses to address critical issues as designated by Biomedical Engineering. Recalls & Alerts-- Contractor must perform all remediation actions needed for product alerts and recalls issued for the equipment. Updates/Patching Contractor must complete available updates to the software at the discretion of Biomedical Engineering. Contractor must complete all patching according to manufacturer�s specifications Labor All labor (including travel) to complete the maintenance is included in the contract. Response Time The contractor must respond to phone calls regarding high priority incidents within thirty minutes. Reporting Contractor must provide a copy of the service report, complete with test data, to the contract COR within five working days after completion of any services. Service reports must include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service provided. Remote Support The Contractor must provide a telephone line available 24/7 for technical support. Contractor must also provide a phone number for VA staff to call to dispatch Contractor field service engineers/technicians. If remote support via site-to-site virtual private network (VPN) is required, Contractor must work with the COR and the facility Information Security Officer (ISO) to meet the requirements prior to connection. A National Site to Site MOU/ISA is the preferred way to complete this connection. Patient Health Information The Contractor must safeguard patient health information. The Contractor must report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information. Contractors must note remove any hard drives, storage devices, or anything containing patient health information from the site. Contractor Requirements All Contractor personnel performing services on the equipment must have factory training and experience in the maintenance and repair of the equipment. Contractor must provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Safety and Security Contractors must follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact. Contractors must follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures. Contractor personnel must always wear visible identification while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Property Damage The contractor must take all necessary precautions to prevent damage to any Government property. The contractor must report any damage immediately and must be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR must perform system verification tests to ensure the system is fully functional following service/repairs. Issues with the quality of the Contractor�s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems. **The C&A requirements do not apply, and a Security Accreditation Package is not required because systems will be provided through supervised TEAMS call screenshares. INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; THE FEDERAL GOVERNMENT WILL NOT BE AWARDING TO A THIRD-PARTY ENTITY THAT ACTS AS A PASS-THRU TO THE OEM. IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. **A sole source contract award will result from this Notice.** IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. **VENDOR RESPONSE SHALL INCLUDE THE BELOW** Responses to this INTENT TO SOLE SOURCE shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34M, per SBA Table of Small Business Size Standards January 1, 2022) AND whether your company has special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.). (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK? (I) Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) (J) Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. (K) If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? (L) General pricing of your products 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. AND (J) ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. IF THE VENDOR IS AN SDVOSB/VOSB, BE PREPARED TO DEMONSTRATE HOW IT WILL NOT SUB-CONTRACT THE WORK BY MORE THAN 51%, PER VAAR 852.219-75, VAAR 819.7011(b) Contract clauses. (DEVIATION) ***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE, CONTACT THE CONTRACTING OFFICER AT AMY.WALTER1@VA.GOV.***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/041ff4d492f04d229b8b879ab9423420/view)
 
Place of Performance
Address: Linthicum Heights, MD 21090, USA
Zip Code: 21090
Country: USA
 
Record
SN07570482-F 20250830/250828230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.