Back to browse
NJ Sources Sought

DA01--New Action: Lynx Keyboard Panics System (VA-26-00063346)

Department of Veterans Affairs — Department of Veterans Affairs

Solicitation Number 36C10B26Q0431
Posted Date May 13, 2026
Due Date May 20, 2026
Estimated Value Not specified
NAICS Codes 541519
Place of Performance Not specified

Description

RFI 36C10B26Q0215 Page 4 of 4 Department of Veterans Affairs (VA) Lynx Keyboard Panics System Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. — The purpose of this RFI is to identify qualified vendors, who are able to meet the Department of Veterans Affairs (VA) requirements for brand name Lynx Keyboard Panic Solution to enhance staff safety and emergency response capabilities at the Western North Carolina VA Healthcare System based in Asheville, North Carolina. The solution shall have the ability to integrate with the existing CCURE-9000 Access Control System, as installed currently, at the Charles George VA Medical Center in Asheville, NC. See draft Product Description. — The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. — RFI Response Instructions — NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. — Provide the following information: — Provide Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Brief summary describing your company s technical approach to meeting the requirements, to include: — List any previous or existing contracts you have with the VA where similar work was performed to this requirement. Also, is there an existing contract vehicle you recommend be used for this procurement? — Does the draft Product Description (PD) provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments/recommendations/questions on elements of the draft outline that may contribute to a more accurate proposal submission and efficient, cost-effective effort. — If your company is a Small Business, also include the following: The intent and ability to meet set-aside requirements for performance of this effort. Information as to proposed team members, the percentage of work each is to perform, and which PD requirements would be subcontracted. — Responses are due at 10:00 AM EST, May 20th. Submit your responses directly to Ana Subashi ana.subashi@va.gov. — Should you have any questions, please reach out to: — Contract Specialist: Ana Subashi. ana.subashi@va.gov AND Contracting Officer: Kendra Casebolt. kendra.casebolt@va.gov — All responsible sources may submit a response in accordance with the following: — All proprietary/company confidential material shall be clearly marked on every page that contains such. — Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement. — Please keep your response to no more than 6 pages. — **See attached document: DRAFT - Product Description - Lynx Keyboard Panics System.**

RFI 36C10B26Q0215 Page 4 of 4 Department of Veterans Affairs (VA) Lynx Keyboard Panics System Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. — The purpose of this RFI is to identify qualified vendors, who are able to meet the Department of Veterans Affairs (VA) requirements for brand name Lynx Keyboard Panic Solution to enhance staff safety and emergency response capabilities at the Western North Carolina VA Healthcare System based in Asheville, North Carolina. The solution shall have the ability to integrate with the existing CCURE-9000 Access Control System, as installed currently, at the Charles George VA Medical Center in Asheville, NC. See draft Product Description. — The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. — RFI Response Instructions — NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. — Provide the following information: — Provide Company Information: Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. Brief summary describing your company s technical approach to meeting the requirements, to include: — List any previous or existing contracts you have with the VA where similar work was performed to this requirement. Also, is there an existing contract vehicle you recommend be used for this procurement? — Does the draft Product Description (PD) provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments/recommendations/questions on elements of the draft outline that may contribute to a more accurate proposal submission and efficient, cost-effective effort. — If your company is a Small Business, also include the following: The intent and ability to meet set-aside requirements for performance of this effort. Information as to proposed team members, the percentage of work each is to perform, and which PD requirements would be subcontracted. — Responses are due at 10:00 AM EST, May 20th. Submit your responses directly to Ana Subashi ana.subashi@va.gov. — Should you have any questions, please reach out to: — Contract Specialist: Ana Subashi. ana.subashi@va.gov AND Contracting Officer: Kendra Casebolt. kendra.casebolt@va.gov — All responsible sources may submit a response in accordance with the following: — All proprietary/company confidential material shall be clearly marked on every page that contains such. — Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must indicate whether at least 50% of the cost incurred would be expended for prime employees or employees of other eligible SDVOSB/VOSB firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% SDVOSB/VOSB requirement. — Please keep your response to no more than 6 pages. — **See attached document: DRAFT - Product Description - Lynx Keyboard Panics System.**

Create a free account to read the full description

Sign up to access complete RFP details, AI match scores, and more.

Create Free Account