J063--RFI 36C26226Q0700 LynxGuide Duress Panic Alarm System 36C262-26-AP-4628
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), specifically NETWORK CONTRACT OFFICE 22 (36C262), is conducting a Request for Information (RFI) / Sources Sought to identify qualified small businesses capable of providing a LynxGuide Duress Panic Alarm System OR EQUAL. This market research aims to inform acquisition decisions and potential set-asides for the VA Medical Center in Los Angeles, CA. Responses are due by May 6, 2026, at 4:30 PM Pacific Time.
Purpose
This RFI is solely for market research and planning purposes. The VA seeks to identify interested and capable Small Businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), to determine if a set-aside procurement is appropriate for the required system. This does not constitute a solicitation.
Scope of Work
The requirement is for an enterprise license and support for a LynxGuide Duress & Mass Notification System OR EQUAL to serve approximately 30,000 seats. The system will be deployed at the VA Medical Center, 11301 Wilshire Blvd, Los Angeles CA 90073. Key salient characteristics include:
- Enterprise-wide duress/panic alerting with mass notification features.
- Support for silent/covert activation via hardware or software.
- Real-time notifications (within 5 seconds) with location identification.
- Operation on standard enterprise network infrastructure.
- Central administrative console for configuration and management.
- Integration capabilities with existing security systems (access control, radios, video).
- Secure, encrypted protocols and redundant components for reliability.
- Scalability for future expansion and multi-channel alert delivery.
- Only new equipment is acceptable; no gray market or remanufactured items.
Submission Requirements
Interested contractors must respond via email to Dyne.Kim@va.gov by the deadline. Submissions must include:
- Company information (name, address, POC, contact details, UEI).
- Small business type (SDVOSB, VOSB, etc.) and confirmation of meeting the NAICS code 561621 (Security Systems Services) size standard.
- Detailed product information for the proposed LynxGuide OR EQUAL system, including brand, model, manufacturer, country of origin, and applicability of Buy American/Trade Agreements.
- Proof of authorized distributorship, if applicable.
- Estimated delivery time (ARO) and general pricing for a base year plus four option years.
- Documented self-attestation of meeting U.S. Government regulatory expectations.
- A detailed capability statement with at least one reference contract demonstrating experience with similar systems, including specific tasks performed and client contact information.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 561621 – Security Systems Services (except Locksmiths)
- Response Due: May 6, 2026, 4:30 PM Pacific Time
- Published Date: April 23, 2026
- Set-Aside: Market research to determine potential set-aside for Small Businesses, SDVOSB, or VOSB.
Additional Notes
This RFI is for information and planning only and does not constitute a solicitation or commitment to award a contract. All respondents must be registered in SAM.gov.