ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

J063--436 - Lynx Duress Alarm System

DEPARTMENT OF VETERANS AFFAIRS 36C25925Q0743
Response Deadline
Sep 9, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals for the installation of a Lynx Duress Alarm System at the Montana VA Medical System in Fort Harrison, MT. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and involves providing a comprehensive alarm system that includes software, hardware, and installation services, with a focus on enhancing safety and security within the facility. The project is critical for ensuring rapid response capabilities in emergency situations, integrating with existing monitoring systems, and providing ongoing support and maintenance. Interested offerors must submit their proposals by September 9, 2025, at 11:00 AM Mountain Time, and can contact Charles Gritzmacher at Charles.Gritzmacher@va.gov for further information.

Classification Codes

NAICS Code
561621
Security Systems Services (except Locksmiths)
PSC Code
J063
MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS

Solicitation Documents

9 Files
Attachment A - DOL 2015-5405 WY Laramie rv26 08.18.2025.pdf
PDF366 KBSep 5, 2025
AI Summary
The document details specifications for a government project, likely an RFP or grant, focused on various system upgrades and installations. Key aspects include detailed requirements for mechanical, plumbing, and fire suppression systems, emphasizing adherence to VA standards and local regulations. The project involves assessment of existing conditions, demolition, and installation of new equipment, with specific mentions of sprinkler systems, ductwork, and piping. There is a strong emphasis on coordination with other trades, maintenance accessibility, and integration of mechanical and plumbing fixtures. The document also outlines safety measures, including infection control and fire watches, and lists numerous appendices related to different project components, such as schedules, technical specifications, and general requirements. The fragmented nature of the text suggests a highly technical and structured government procurement or grant application, prioritizing compliance and detailed execution across multiple disciplines.
Attachment 3 - LOS 852.219-75 -Services.docx
Word15 KBSep 5, 2025
AI Summary
The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (NOV 2022) outlines subcontracting limitations for VA contracts, primarily focusing on services and construction. As per 38 U.S.C. 8127(k)(2), contractors for services must not pay more than 50% of the government-paid amount to firms not listed as VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Different percentages apply to general construction (85%) and special trade construction (75%), excluding material costs. The certification emphasizes compliance with these limitations, warning against false certifications under Title 18, U.S. Code, Section 1001, which can lead to criminal, civil, or administrative penalties. Non-compliance by SDVOSBs/VOSBs may result in referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to verify compliance upon request, with failure to do so potentially leading to remedial action. A formal, signed certification is required with the offer, without which bids will be deemed ineligible.
Attachment 2 - Price Schedule.xlsx
Excel12 KBSep 5, 2025
AI Summary
The document outlines a price schedule for an Intrusion Detection System (IDS) across multiple fiscal years, from September 30, 2025, to September 29, 2030. The Base period covers initial software, hardware, and integration services, including LYNX software licenses, panic buttons, and hardware installation. Subsequent Option periods (1 through 4) detail annual recurring costs primarily for software support agreements (SSA) for the LYNX Standard Server, annual fees for PSAP integration, and on-site emergency callback support. The price schedule also includes quantities and units of measure for each line item, with
Attachment 1 - SOW.docx
Word25 KBSep 5, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for system support and installation of the Lynx panic alarm system across the Montana Healthcare System (MTVHA), including its Medical Center and outlying clinics. The project involves providing Lynx Guide server software (model 780-LYNXS-SW-05) with 5,000 server seats and a total of 1,750 Lynx-Key Pro licenses. It also includes the installation of 20 hardwired panic buttons and a network appliance for radio communication. The Lynx software will be deployed in a VA Virtual Environment with remote assistance from Lynx personnel. The system will integrate with Rapid SOS for alarm monitoring and Police Dispatch, requiring yearly licenses for continued support. The period of performance is a base year from 09/30/2025 to 09/29/2026, with four one-year options. The contractor will provide deployment support, including software installation, system configuration for duress alarms, and training for VA personnel. The VA will provide a VM with a SQL database (2019 or 2022 recommended) for the Lynx software. Emergency repair services, including 24/7 callback support with a 2-hour onsite response time for critical issues, are also required.
Attachment 2 - Arch Billings Majestic.pdf
PDF27553 KBSep 5, 2025
AI Summary
The document outlines the Life Safety and Overall Floor Plans for a Department of Veterans Affairs Outpatient Clinic located at 1766 Majestic Lane, Billings, MT. It details various scales for architectural drawings, a comprehensive room schedule with designated functions (e.g., exam rooms, offices, labs, recovery areas), and key plan occupancy diagrams. The facility is designed to comply with the 2009 International Building Code (Group B, Business Occupancy) and 2009 NFPA 101 Life Safety Code (New Business and Ambulatory Healthcare Occupancy, Chapters 38 and 20 respectively), featuring Type IIB construction with full sprinkler protection. The document also provides a schedule of revisions and identifies Summit Smith Healthcare Facilities and CD Smith Construction Services as the developer/contractor and architect/engineers, respectively. General notes for floor plans and interior/exterior partition types are included, emphasizing fire-resistive construction and sound attenuation.
36C25925Q0743 0002.docx
Word25 KBSep 5, 2025
AI Summary
This document is an amendment to a previous combined solicitation, reference number 36C25925Q0743, for a Lynx Duress Alarm System. The purpose of this amendment, identified as 0002, is to extend the due date for offers. All quotes are now due on September 9, 2025, by 11:00 AM Mountain Time (MDT). The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is issued by the Department of Veterans Affairs, Network Contracting Office 19, located in Greenwood Village, CO. The place of performance is the Montana VA Medical System in Fort Harrison, MT. The point of contact for this solicitation is Charles Gritzmacher. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
Attachment 1 - 950-LYNX-N-P2-M.pdf
PDF437 KBSep 5, 2025
AI Summary
The LynxNet P2-M is a network panic button designed for federal, state, and local RFP contexts. It operates without a computer and can be powered by DC or Power over Ethernet (PoE). Configuration is straightforward, requiring a 12 VDC power supply and an Ethernet connection to a PC. The device connects to a hold-up button, which, when activated, instantly sends an alert to the LynxGuide server, triggering any connected Lynx output device. The system features a persistent, client-initiated, TLS-encrypted socket session for secure bidirectional communication with the LynxGuide server, making it ideal for use behind a gateway without requiring NAT rules. It supports monthly testing for user confidence and reporting and can be placed in a test mode. The LynxNet P2-M is supervised and designed for direct connection to a PoE network, enhancing security and operational efficiency.
36C25925Q0743 0001_1.docx
Word183 KBSep 5, 2025
AI Summary
This document is an amendment to Solicitation Number 36C25925Q0743 for a Lynx Duress Alarm System for the Department of Veterans Affairs. The amendment extends the response date to September 5, 2025, at 11:00 AM MOUNTAIN TIME, Denver, USA. It also provides answers to questions submitted by potential offerors. Key clarifications include confirming 16 installation locations for the alarm system, specifying that the integrator is responsible for monitoring services, and stating that a waiver for Lynx certification by December 2025 will not be granted. Corrective action is defined as an on-site service technician within two hours of notification. The contractor is responsible for providing new PoE switches, patch panels, and network racks, with after-hours work permitted for cable installation, subject to COR approval and ICRA CAT B/Medium Risk/Level II requirements.
36C25925Q0743.docx
Word42 KBSep 5, 2025
AI Summary
This document outlines a combined synopsis/solicitation (RFQ 36C25925Q0743) issued by the Department of Veterans Affairs, Network Contracting Office 19, for a Lynx Duress Alarm System (Intrusion Detection System) at the Montana VA Medical System. This is a 100% Service-Disabled Veteran Owned Small Business set-aside, with NAICS code 561621 ($25 million size standard) and PSC J063. The government anticipates a firm-fixed price contract. Offers are due by September 3, 2025, at 11:00 AM Mountain Time, Denver, USA, and must include Attachment 2 – Price Schedule, Attachment 3 – LOS 852.219-75 -Services, business license, business insurance, and three relevant past performance references. Evaluation will be based on price, technical capability, and past performance, with award going to the responsible offeror most advantageous to the Government, likely without discussions. Offerors must complete SAM representations and certifications.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 18, 2025
amendedAmendment #1Aug 29, 2025
amendedLatest Amendment· Description UpdatedSep 5, 2025
deadlineResponse DeadlineSep 9, 2025
expiryArchive DateOct 9, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)

Point of Contact

Charles Gritzmacher
Charles.Gritzmacher@va.gov

Place of Performance

Fort Harrison, MT
Montana VA Medical System 3687 Veterans Drive

Official Sources