J065--Lighthouse Central Monitoring: up to 25 nodes monitored
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contract Office 19, has issued a Request for Quote (RFQ) #36C25926Q0402 for Lighthouse Central Monitoring services for up to 25 nodes across VISN 19 stations. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for a firm-fixed-price contract, including a base year and four option years. The primary goal is to enable legacy medical and laboratory devices to interface with the new Enterprise Oracle Cerner EMR system. Questions are due by April 20, 2026, and quotes by April 24, 2026.
Purpose & Scope of Work
The requirement is for annual software maintenance and support for VISN 19 Compass routers. This includes software application and security updates, routine operational support for Compass routers and their connections to imaging devices, VistA, and Oracle Cerner. Specific tasks involve HL7 routing and custom features for data conversion (e.g., SSN to EDIPI), as well as maintenance and support for the PowerTools Suite of Standalone DICOM & HL7 Utilities. The service includes priority support incidents and regular business hour production support (8:30 am - 5:30 pm, Monday-Friday).
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Solicitation Number: 36C25926Q0402
- Period of Performance: One base year (July 25, 2026 - July 24, 2027) plus four additional 12-month option periods, not to exceed a total duration of 5 years.
- NAICS Code: 811210 Electronic and Precision Equipment Repair and Maintenance, with a $34.0 Million size standard.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must have verified SDVOSB status in the SBA Small Business Certification (SBS) database at the time of quote submission and award.
- Place of Performance: Contractor's location and various VISN 19 sites in Oklahoma, Colorado, Wyoming, Montana, and Utah. Remote access will be utilized, and no contractor travel is anticipated.
- Delivery: F.O.B Destination.
Submission Requirements
Quotes must be submitted via email only to thaddeus.gray@va.gov by 12:00 PM MT on April 24, 2026. The email size limit is 4MB. All questions must be submitted in writing by 12:00 PM MT on April 20, 2026. Required submission volumes include:
- Technical capability: Demonstrating compliance with the Statement of Work, including bond coverage, insurance certification, and authorized personnel list.
- Price: Completed pricing schedule for the base year and all option years.
- Past Performance: Up to three recent and relevant past efforts (within 5 years), preferably CPARS evaluations, or detailed contract information and points of contact.
- VAAR 852.219-75 Certificate of Compliance: Regarding limitations on subcontracting. Offerors must list any subcontractors and explain compliance.
Evaluation Criteria
Award will be made on an "All or Nothing" basis to the responsible offeror whose quote is most advantageous to the Government. The evaluation factors are:
- Factor I: Technical capability or quality (more important than Price).
- Factor II: Price.
- Factor III: Past Performance (more important than Price). Offers that do not meet or exceed the technical capability requirements will not be considered, regardless of price. The Government will evaluate past performance for relevancy and confidence, potentially using CPARS, FAPIIS, and other databases.
Important Notes
Compliance with numerous federal regulations and VA directives (e.g., FISMA, Privacy Act, HIPAA, security directives) is mandatory. Contractor employees are subject to background investigations and must complete VA security and privacy training. The Wage Determination 2015-5419 (Colorado) is applicable for labor costs. Offerors are advised against contacting VA personnel other than the Contracting Officer.