SOURCES SOUGHT
65 -- Self-Service Kiosk and Intelligent Queueing Display Hardware
- Notice Date
- 12/5/2025 6:57:04 AM
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25526Q0110
- Response Due
- 12/12/2025 6:00:00 AM
- Archive Date
- 12/22/2025
- Point of Contact
- Tracie Raggs, Contract Specialist, Phone: 913-946-1985
- E-Mail Address
-
tracie.raggs@va.gov
(tracie.raggs@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.101(c). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334118 (size standard of 1,000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: There is a need to purchase 6 kiosks to facilitate expansion and a 2-year hardware warranty for 28 existing kiosks. Scope: In order to ensure continuity of existing applications and modalities utilized by both patient and staff users, all self-service hardware must be able to utilize and run existing Vetlink software (proprietary to Vecna Technologies). In addition, hardware must have the capability to integrate with future Electronic Health Record Modernization (EHRM) plans as well as existing VistA based infrastructure. The vendor shall provide on-site delivery, assembly, configuration, testing and installation of all equipment at the KCVAMC and CBOCs. Requirements: Kiosk Requirements Must be Self-Service. Must utilize existing Vetlink software currently deployed at facility. Must maintain strict application design to ensure privacy of the patient inclusive of the following: Never display a patient's social security number on the screen. SSNs and passwords are obfuscated during user input and displayed as asterisks (***). A patient's information is never to be stored locally on the kiosk; it is to be pulled temporarily from the EMR server to perform requested functionality only (i.e. patient check-in, beneficiary travel, etc.), no user data will remain on the local unit. HIPAA compliant Privacy Filter - All kiosks must feature a HIPAA compliant privacy filter, which prevents nearby people from viewing information on the screen. Proximity Sensor Each kiosk must have a proximity sensor that causes the screen to time out if the user walks away before completion of requested functionality. Must meet Section 508 ADA requirements Kiosk Head/Face must tilt to accommodate both standing and seated patients. Must be able to operate off a standard single duplex outlet (110-120 VAC) and network jack. Must include Touchscreen Computer. Display:� A touchscreen display ranging from 17 to 22 inches, designed to minimize unintended input and ghost touch occurrences. Must include a Kiosk Printer. Must include Barcode Scanner/Magstripe card reader. Must include a 1-year warranty on equipment and 1-year extended warranty on 6 new kiosks. Must include a 2-year warranty on equipment for the current 28 kiosks Delivery to the KCVAMC and CBOC according to schedule and timeline established by VA but no later than 90 days after award. Assembly and installation shall be completed by the Contractor. The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? If an authorized distributor must provide proof. If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, December 12, 2025, at 0800 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/674c35dba709403ba4fd3aaa7504918f/view)
- Place of Performance
- Address: Kansa City VA Medical Center 4801 Linwood Blvd, Kansas City 64128, USA
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN07658975-F 20251207/251205230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |