Queue Management System Auburn Clinic
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 VA Puget Sound Health Care System, is conducting market research through a Sources Sought notice to identify contractors capable of providing, delivering, installing, and training for a Queue Management System (QMS) for the new Auburn Primary Care Clinic in Auburn, WA. The system, ideally Qmatic or similar, aims to improve patient flow, reduce wait times, and enhance the overall patient experience. Responses are due March 15, 2026, at 9:00 AM CST.
Scope of Work
The contractor will provide a QMS designed to streamline the patient journey through features like appointment scheduling, virtual queuing, and real-time communication. The system must collect data at various customer touchpoints, generate insightful reports on key metrics (wait times, service times, staff performance), and offer real-time monitoring capabilities. The medical facility is scheduled to open on May 1, 2026, with QMS delivery required between April 6-10, 2026, at the American Lake Warehouse in Tacoma, WA.
Performance Standards & Special Requirements
The QMS must be compatible with Qmatic Data Connect for integration with existing Business Intelligence tools. Key requirements include robust security measures (GDPR compliance, access control, encryption), scalability to handle increased customer volume, and integration capabilities with other systems via robust APIs. The contractor must provide product assembly, hands-on training coordinated with the COR, electronic user and repair manuals, and a warranty meeting or exceeding industry standards. Compliance with OSHA, ANSI, VA Health Care System, NFPA-99, and EPA guidelines is mandatory, along with liability insurance and contract personnel security.
Contract & Timeline
- Opportunity Type: Sources Sought
- Solicitation Number: 36C24W26Q0088
- NAICS Code: 334111 (Electronic and Precision Equipment Repair and Maintenance)
- PSC Code: 5895 (Miscellaneous Communication Equipment)
- Business Size Standard: 1250 employees
- Set-Aside: To Be Determined (TBD)
- Response Due: March 15, 2026, 9:00 AM CST
- Published Date: March 2, 2026
Submission & Response
Interested contractors must submit written responses via email to Amelia Roberson (Amelia.Roberson1@va.gov). Submissions should include company name, address, UEI, contact information, place of manufacture, lead time, business size information (e.g., Small Business, 8(a), HUBZone, Woman Owned, Veteran Owned, Large Business), and FSS/GSA contract details if applicable. This is for market research only; the U.S. Government will not pay for response costs.
Point of Contact
- Name: Amelia Roberson, Contract Specialist
- Email: Amelia.Roberson1@va.gov
- Phone: 254-278-6424