MODIFICATION
D -- Laurel Bridge Enterprise Runtime Licenses
- Notice Date
- 9/28/2010
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11810RP0759
- Response Due
- 9/15/2010
- Archive Date
- 1/5/2011
- Point of Contact
- Nicholas Racioppi
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- This synopsis is provided for informational purposes only and is not to be considered as a Request for Proposal; however, any responsible sources may contact the contract specialist in regards to this requirement at Nicholas.Racioppi@va.gov, please reference solicitation number VA118-10-RQ-0759. The proposed action is for a Firm-Fixed-Price contract consisting of one (1) base year with four (4) one (1) year options, for Laurel Bridge DICOM Connectivity Framework (DCF) software licenses, software maintenance, and support services. The Department of Veterans Affairs (VA), Office of Acquisition and Logistics, Technology Acquisition Center desires to procure enterprise-type Run Time Licenses with associated support and maintenance for VistA Imaging applications developed with the Laurel Bridge DCF Software Developer Toolkit (SDK) for potential deployment to all the VistA medical imaging applications. It is the VA's intent to move away from individually held, machine-specific run time licenses and move towards an enterprise run time license approach to support all VistA Imaging users. This action is being solicited on a Sole Source basis under authority 41 U.S.C.253(c) (1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements". The intended source for this action is Laurel Bridge Software Inc, 160 East Main Street, Newark, Delaware. This proposed sole source action is for approximately 1000 Laurel Bridge DICOM Connectivity Framework (DCF) software licenses with an optional 200 unit quantity, software maintenance, and support services that would support all deployed users and would not be linked to a machine's MAC address on the NIC. The Department of Veterans Affairs (VA) currently utilizes the DICOM Connectivity Framework (DCF) from Laurel Bridge Software, Inc. in developing Veterans Health Information Systems and Technology Architecture (VistA) Imaging applications for Veterans Health Administration (VHA) facilities. VistA Imaging creates run time software applications based upon the Laurel Bridge Software Developer Toolkit (SDK) and deploys the DCF run-time libraries with those applications. Laurel Bridge Run Time Licenses are required to enable machines to use the DCF run-time libraries needed to run these VA applications. Currently, individual, machine-specific Laurel Bridge Run Time Licenses must be procured for each machine that will run a VistA Imaging application developed with the Laurel Bridge DCF. The current, existing style licenses are called "DCF Local Server Run-time Licenses". These VistA Imaging applications place the applicable Laurel Bridge Run Time license in an appropriate location in the file path to enable the application functionality. Each existing style Laurel Bridge Run Time license is per-CPU and is linked to each affected VistA Imaging machine's Machine Address Control (MAC) address on the Network Interface Card (NIC).On July 9, 2010, a Request for Information (RFI) was issued under RFI number VA118-10-RI-0589 on the Federal Business Opportunities Page website to determine whether other potential sources existed. The RFI described the VA's need for a Laurel Bridge DCF or fully equivalent software with an enterprise run-time license that would not be tied to a machine's MAC address on the NIC. On July 16, 2010, the RFI closed and only Laurel Bridge provided a response. Based on the results of the RFI it was determined that only Laurel Bridge can meet the VA's requirements. Deliverables are to be FOB Destination with Inspection/Acceptance FOB Destination. The NAICS Code for this procurement is 511210 with the corresponding small business size standard of 25.0M.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/59bf31ca749916c533afd2892c2e2b51)
- Record
- SN02299403-W 20100930/100928234922-59bf31ca749916c533afd2892c2e2b51 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |