Opportunity
SAM #36C25926Q0402
Lighthouse Central Monitoring Services for VISN 19 VA Medical Centers
Buyer
VHA Network Contracting Office 19
Posted
April 15, 2026
Respond By
April 24, 2026
Identifier
36C25926Q0402
NAICS
541512, 811210, 811219
The Department of Veterans Affairs, VISN 19, is seeking Lighthouse Central Monitoring services for multiple VA medical centers across several states. - Government Buyer: - Department of Veterans Affairs, Network Contract Office 19 (VISN 19) - Products/Services Requested: - Lighthouse Central Monitoring services for up to 25 nodes - Annual maintenance for the Lighthouse Central Monitoring system (base year plus four option years) - Professional services related to the Lighthouse Central Monitoring system - Quantities: - Annual maintenance: 1 per year (base year + 4 option years) - Professional services: 8 (base year) - Notable Requirements: - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Compliance with VAAR 852.219-75 (limitations on subcontracting) - Offerors must submit technical, price, and past performance volumes - Locations: - Multiple VA medical centers and healthcare systems in Oklahoma, Colorado, Wyoming, Montana, and Utah - Specific facilities include Eastern Oklahoma VA Healthcare System, Oklahoma City VA Health Care System, Rocky Mountain Regional VA Medical Center, Sheridan VA Medical Center, Fort Harrison VA Medical Center, Grand Junction VA Medical Center, Cheyenne VA Medical Center, and Salt Lake Medical Center - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Contract Structure: - Base year plus four option years (up to five years total) - NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance)
Description
Request for Quote (RFQ) #: 36C25926Q0402 Lighthouse Central Monitoring for VISN 19 stations for a base year plus 4 additional option years. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. The deadline for all questions is 12:00pm MT, Apr 20, 2026. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes are to be provided to thaddeus.gray@va.gov no later than 12:00pm MT, Apr 24, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submission (4MB email limit). The Government reserves the right to make the award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated; failure shall not be considered for award. This is a Request for Quote (RFQ), and the solicitation number is 36C25926Q0402. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 effective March 13, 2026. The North American Industrial Classification System (NAICS) code for this procurement is 811210 Electronic and Precision Equipment Repair and Maintenance with a business size standard of $34.0 Million. This solicitation is 100% set-aside for service-disabled veteran owned small businesses (SDVOSB). List of Line Items Line Items Description Quantity Unit of Measure Unit Price ($) Total Price ($) 0001 Annual Maintenance: Lighthouse: up to 25 nodes monitored - BASE YEAR POP:7/25/2026-7/24/2027. 1 EA 0002 Services: Professional: - BASE YEAR POP:7/25/2026-7/24/2027. 8 EA 0003 Lighthouse Central Monitoring: up to 25 nodes monitored - BASE YEAR POP:7/25/2026-7/24/2027. 1 EA 1001 Annual Maintenance: Lighthouse: up to 25 nodes monitored - OPTION YEAR 1:7/25/2027-7/24/2028. 1 EA 2001 Annual Maintenance: Lighthouse: up to 25 nodes monitored - OPTION YEAR 2:7/25/2028-7/24/2029. 1 EA 3001 Annual Maintenance: Lighthouse: up to 25 nodes monitored - OPTION YEAR 3 POP:7/25/2029-7/24/2030. 1 EA 4001 Annual Maintenance: Lighthouse: up to 25 nodes monitored - OPTION YEAR 4 POP:7/25/2030-7/24/2031. 1 EA Grand Total ($) [To be filled upon quotation submission] Description of Requirements The requirement is for VA Lighthouse Central Monitoring for VISN 19 stations for a base year plus 4 additional option years. Please reference attached Performance Work Statement (PWS). Delivery and Acceptance F.O.B Destination (RFO 52.247-34) at the VA Eastern Colorado Health Care System (ECHCS), located at: VISN 19 Eastern Oklahoma VA Healthcare System (EOVAHCS)1011 Honor Heights DriveMuskogee, OK 74401 Oklahoma City VA Health Care System921 Northeast 13th StreetOklahoma City, OK 73104 Rocky Mountain Regional VA Medical Center1700 North Wheeling StreetAurora, CO 80045 Sheridan VA Medical Center1898 Fort RoadSheridan, WY 82801 Fort Harrison VA Medical Center3687 Veterans DriveFort Harrison, MT 59636 Grand Junction VA Medical Center2121 North AvenueGrand Junction, CO 81501 Cheyenne VA Medical Center2360 East Pershing BoulevardCheyenne, WY 82001 Salt Lake Medical Center500 Foothill BoulevardSalt Lake City, UT 84144 Applicable Instructions 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be verified and visible in the SBA Small Business Certification (SBS): https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to award. Unauthorized contact may result in exclusion from award considerations. All proprietary information shall be clearly marked. Submissions not specifically required by this solicitation may count against page limitations. All information shall be confined to the appropriate file. Offerors are responsible for including sufficient details for evaluation. ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL Submission of quote shall include the following volumes: Technical capability or quality offered to meet the Government requirement. Price. Past Performance. Completion of VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Volume I - Technical Capability The offeror shall demonstrate how it meets the requirements of the Statement of Work (SOW) and solicitation. Include bond coverage, insurance certification, and authorized personnel list as needed. Volume II - Price Complete the pricing schedule in Section (v) above: Price/Cost Schedule. Price all base and option year line items. Volume III - Past Performance Provide up to three recent and relevant past efforts, including CPARS evaluations if available. References must include contract numbers, award amounts, contacts, and descriptions of work performed. Past performance should be within the last five years. Volume IV - VAAR 852.219-75 Complete the VA Notice of Limitations on Subcontracting - Certificate of Compliance. List any subcontractors and their scope of work, or state "No Subcontractors will be used". 52.212-2, Evaluation--Commercial Items ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award to the responsible offeror whose quote is most advantageous considering price and other factors, evaluated as follows: Technical capability or quality (more important than price). Price. Past Performance (more important than price). The evaluation will consider the extent to which the offer meets requirements, price reasonableness, and past performance relevance. 52.212-4, Contract Terms and Conditions--Commercial Items Applicable clauses are incorporated by reference. All offerors shall comply with applicable laws and regulations. The Government reserves the right to deny clause change requests not included in this solicitation. Additional Contract Requirements 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) VAAR clauses as specified, including VAAR 852.203-70, VAAR 852.219-73, VAAR 852.232-72, etc. Submission Deadline Offers are due to thaddeus.gray@va.gov by 4:00pm MT, April 24, 2026. Contact for Information Thaddeus F. GrayEmail: thaddeus.gray@va.gov