Q511--OFL CSS/IOT Lab Management Software and Digital Lens Calculations
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 Contracting Office (NCO) 20, is conducting market research through a Sources Sought Notice to identify qualified sources for Lab Management Software (LMS) and Digital Lens Calculation services. This requirement supports the VISN 20 Optical Fabrication Laboratory (OFL) at the Boise VA Medical Center, Boise, ID. Responses will help determine the appropriate acquisition method for a potential competitive IDIQ contract. Responses are due March 04, 2026, at 2:00 PM MDT.
Scope of Work
The contractor will provide comprehensive LMS software, programming support, labor, equipment, and IOT digital lens calculation data. This includes access points for Opticom and VisionWeb to support the production of an estimated 100,000 to 200,000 pairs of ophthalmic eyewear annually, with approximately 5,000 digitally calculated lenses per month.
Key requirements include:
- LMS & Digital Lens Data: Provide all software, licenses, and support to operate the LMS, IOT digital lens designs, Opticom, and VisionWeb. This includes general and IOT Freeform digital lens calculation data for various lens materials and styles.
- System Compatibility: LMS must be compatible and interface immediately with governmental systems such as CPRS, VISTa, and CERNER. Evidence of VHA IT system acceptance is required.
- Support & Training: Offer 24-hour telephonic and online technical support, unlimited remote order entry from multiple VA locations, unlimited remote job checking, and comprehensive training on all installed programs.
- Program Management: Designate a Program Manager as a single point of contact for maintenance, training, upgrades, and employee access lists.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Single IDIQ on a competitive basis.
- Period of Performance: Base period (July 1, 2026 - June 30, 2027) with four one-year option periods.
- NAICS Code: 541519 (Other Computer Related Services)
- Size Standard: $34 Million
- Response Due: March 04, 2026, 2:00 PM MDT
- Published: February 25, 2026
Evaluation
Responses will be used to assess the availability and capability of qualified sources and to determine the appropriate acquisition method. This is not a solicitation, and the Government is not obligated to award a contract.
Additional Notes
Respondents must include company details (name, address, SAM UEI, country of manufacture, business size), point of contact information, and GSA Federal Supply Schedule contract status. Invoicing will primarily be electronic via Tungsten Network or X12 EDI, but contractors must be Level II billing capable for Government Purchase Card use if required initially. Remote access to VA systems requires compliance with VA Network Security, Sensitive Information, and Privacy requirements.