N063--Lynx Panic Alarm Equipment (BRAND NAME ONLY)
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 the Central Texas Healthcare System, is soliciting proposals for a Firm-Fixed-Price contract to procure and install a Lynx body-worn panic alarm system. This Total Small Business Set-Aside opportunity aims to enhance security and safety at the Temple, Texas facility. Proposals are due by April 23, 2026, at 10:00 AM CST.
Scope of Work
The requirement includes the purchase, provision, and complete installation of a brand-name Lynx panic alarm system. Key deliverables involve:
- Installation of specific Lynx components: one Wireless (WLS) Network Device, one Receiver, 49 Repeaters, and 100 Wireless Panic Buttons with Belt Clips.
- Provision of four 12-outlet commercial grade power strips.
- Connection of the receiver to the VA's existing network.
- Ensuring hardware compatibility with Lynx Guide Server Software Version 7.11 or higher.
- Pre-installation network configuration.
- Full installation, programming, and testing of all equipment, including each panic button.
Contract & Timeline
- Type: Firm-Fixed-Price contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: N063 (Installation Of Equipment: Alarm, Signal, And Security Detection Systems)
- NAICS Code: 334220
- Questions Due: April 17, 2026, 10:00 AM CST
- Proposal Submission Deadline: April 23, 2026, 10:00 AM CST
- Published Date: April 14, 2026
Evaluation
Award will be based on a competitive evaluation of proposals, with the following factors considered:
- Technical Capability (Significantly more important than Price)
- Past Performance (Significantly more important than Price)
- Price Offerors must be registered in the System for Award Management (SAM) and, if applicable, verified as an SDVOSB in the SBA VetCert system.
Submission Details & Contacts
Proposals and questions should be submitted via email to Matthew G. Clements (matthew.clements2@va.gov) and Christopher-Noel Ward (christopher-noel.ward@va.gov). Proposals must be in PDF format for documents and Excel for spreadsheets; Word documents are not accepted. No phone calls will be accepted regarding this solicitation.