DA01--New Action: Lynx Keyboard Panics System (VA-26-00063346)
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) is conducting market research through a Request for Information (RFI) to identify qualified vendors for a brand name Lynx Keyboard Panic Solution. This solution aims to enhance staff safety and emergency response capabilities at the Western North Carolina VA Healthcare System, specifically the Charles George VA Medical Center in Asheville, NC, and its associated CBOCs. Responses are due May 20, 2026, at 10:00 AM EST.
Purpose & Scope
This RFI seeks information from industry to identify firms capable of providing a Lynx Keyboard Panic Solution that integrates with the existing CCURE-9000 Access Control System. The solution will be deployed on VHA workstations across multiple VA facilities in Western North Carolina. The purpose is for information and planning only and does not constitute a solicitation.
Key Requirements / Deliverables
The required solution includes software licensing for up to 4,000 panic buttons, Lynx Dispatcher (LYNX-DISP-3) for radio interface, Lynx Standard Software (LYNXS-SW-05), Lynx Keypro client seats, Lynx Voice Plan (LYNXS-VP-2K), and Lynx Standard Server (LYNXS-SSA-1). Salient characteristics include silent alert, operation regardless of login status, monthly test feature, near-instantaneous alerts, text-based communication, location identification, easy programmability, and compatibility with VHA workstations, VA intranet, and CCURE-9000. The solution must comply with Section 508, ENERGY STAR®, FEMP Designated Low Standby Power IT products, VA TRM, VA Critical Security Controls (Zero Trust), Trusted Internet Connection (TIC), SSN reduction, and IPv6 support. The anticipated Period of Performance is June 30, 2026, through June 29, 2027.
Response Instructions
Interested vendors should submit a clear, concise, and complete capability package, not exceeding 6 pages, via email to Ana Subashi (ana.subashi@va.gov). The response must include company information (Name, CAGE/DUNS, Address, POC, Phone, Email), a brief summary of the technical approach, previous VA contracts for similar work, and recommendations for the draft Product Description. Small businesses must indicate their intent and ability to meet set-aside requirements, including proposed team members and subcontracting percentages. SDVOSB/VOSB firms must detail how at least 50% of costs will be expended on prime employees or other eligible SDVOSB/VOSB firms. Proprietary information must be clearly marked.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Market research for potential Small Business, SDVOSB/VOSB
- Response Due: May 20, 2026, 10:00 AM EST
- Published: May 13, 2026
Additional Notes
This RFI is for planning purposes only; it is not a solicitation. The government is not responsible for costs incurred by respondents. Not responding does not preclude future participation. Points of Contact: Ana Subashi (Contract Specialist, ana.subashi@va.gov) and Kendra Casebolt (Contracting Officer, kendra.casebolt@va.gov).