Laurel Bridge Compass Routers, Software Licenses and Installation
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), Office of Information & Technology (OIT), Health, Clinical Imaging, has a requirement for the renewal of existing maintenance license subscriptions for Laurel Bridge Compass Routers, Lighthouse licenses, and associated support services. This is a Justification for an Exception to Fair Opportunity for brand name Laurel Bridge products, citing unique and highly specialized services. The procurement will be a Firm-Fixed-Price order via the NASA SEWP V Government-Wide Acquisition Contract (GWAC).
Purpose & Scope
This requirement supports the VA's enterprise-wide imaging facility operations and technical development/implementation, ensuring the routing of image data, automation of workflows, and accessibility of historical and new imaging studies for patient care. The base period includes maintenance for operational DICOM compass routers and Lighthouse perpetual licenses, supporting image data activities among VA facilities, community providers, and the Department of War (DOW). Required software maintenance and support includes periodic updates, enhancements, corrections, and technical/help desk support.
Contract Details
- Type: Firm-Fixed-Price (FFP) order
- Period of Performance: 12-month base period
- Procurement Vehicle: NASA SEWP V Government-Wide Acquisition Contract (GWAC)
- Set-Aside: The action can be set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) on the NASA SEWP V GWAC.
- Product Service Code: DA10 (Support Services, SaaS/Subscription for Application Development)
Justification & Evaluation
This is a justification for an exception to fair opportunity under FAR 16.505(a)(4), due to the unique and highly specialized nature of the Laurel Bridge products. Market research indicated limited competition among authorized resellers. The VA relies on Laurel Bridge's proprietary DCF SDK, and reengineering VistA Imaging to use an alternate toolkit is estimated to cost approximately $7M for the first year, take at least 12 months, plus $660,000 annually for the alternate toolkit. The justification will be provided to all appropriate NASA SEWP V GWAC holders. The anticipated price will be determined fair and reasonable based on anticipated competition.
Additional Notes
The Government will continue market research to identify future competitive opportunities for these services. The contracting office is TECHNOLOGY ACQUISITION CENTER NJ (36C10B).