Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS
AI Summary
The Department of Veterans Affairs intends to sole source a support agreement for VISN 5 HTM Compass Router systems, covering maintenance, updates, and remediation from Laurel Bridge Software Inc. The contract period is from October 1, 2025, to September 30, 2026. Interested parties should respond by September 12, 2025.
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
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
Base Year
10/1/25-9/30/26
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
**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.***
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) is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.