Notice Intent to Sole Source for DMLSS/LogiCole Facility Management (FM) program
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
W2V6 USA ENG SPT CTR HUNTSVIL
Contract Value
Not provided
Codes & Classification
Solicitation Number
PAN_27928
NAICS
541513 - Computer Facilities Management Services
Classification Code
DH01
Additional Details
The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC), has issued a Special Notice of Intent to award a sole-source, firm-fixed price contract to Aktarius, LLC for the provision of technical and integration services supporting the Defense Medical Logistics Standard Support (DMLSS)/LogiCole Facility Management (FM) program. This procurement is being conducted in accordance with FAR 6.103-1(c)(2)(ii), which allows for sole-source awards when only one responsible source can satisfy agency requirements.
The DMLSS/LogiCole FM program is a critical Automated Information System (AIS) utilized by the Defense Health Agency (DHA) to manage its global healthcare facility portfolio. The system is integral to ensuring that DHA facilities meet accreditation codes and standards, thereby providing a safe and effective environment for Department of War (DoW) beneficiaries. The program is a collaborative effort encompassing wholesale medical logistics, medical information management, medical information technology, and user communities, with the overarching mission to enhance the responsiveness and efficiency of medical logistics support while reducing operational costs.
The scope of this procurement includes the delivery of essential technical and integration services for the DMLSS/LogiCole FM AIS. This system supports both material and facilities management functions, offering comprehensive automation for reengineered medical logistics business practices. It interfaces with the Defense Logistics Agency, Defense Supply Center Philadelphia, and DoD finance communities, and provides aggregate medical logistics information to higher authorities for command and control and asset visibility purposes. The FM application within DMLSS/LogiCole is a robust management tool designed to standardize facility management programs across the DoD healthcare sector. It offers capabilities such as scheduled maintenance, project management, regulatory compliance, space management, computer-aided drawing, and integration of digital blueprints and floor plans. The application ensures that facilities are acquired, operated, maintained, and altered in a manner that optimizes the healthcare environment and resource management.
Key deliverables and objectives include enhanced facility asset tracking, funds management for budgeting and maintenance projects, improved monitoring and documentation of building conditions, regulatory compliance, and safety management programs. The system also enables facility managers to plan and execute locally and DHA-approved projects, leveraging the Joint Medical Asset Repository (JMAR) for centralized facility data and informed capital planning. The combined DMLSS/LogiCole FM-JMAR solution allows DHA to gain comprehensive visibility of its facility portfolio, streamline capital budgeting, proactively manage lifecycle renewal, reduce capital asset costs, align investments with strategic goals, build business cases for renewal and capital programs, and create optimal capital plans.
The place of performance for this contract is Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. The procurement is classified under NAICS code 541513 (Computer Facilities Management Services), with a business size standard of $37 million, and Product Service Code DH01 (IT and Telecom - Platform Support Services: Database, Mainframe, Middleware (Labor)). There are no set-aside requirements for this procurement.
The contracting entity is W2V6 USA Engineering Support Center Huntsville, a federal office under the Department of Defense, Department of the Army. Interested parties are encouraged to respond electronically, providing company letterhead, affirmation of active registration in the System for Award Management (SAM), Unique Entity Identifier (UEI), relevant credentials and qualifications, pricing data, and contact information. Respondents should also indicate their business classification and ownership status. Responses must be submitted by 9:00 am CT on March 7, 2026, to the primary contact, Brandalyn Fox ([email protected]), or secondary contact, Jasmine Jackson ([email protected]). Phone inquiries will not be accepted.
It is important to note that this notice is not a request for quotes or competitive quotations, nor does it obligate the government to award a contract. All responses will be considered solely for the purpose of determining whether a competitive procurement is warranted. The government reserves the right to make a determination regarding competition based on the responses received.
For further information and to review the official notice, contractors may visit the SAM.gov opportunity at https://sam.gov/opp/7125fc6e90ed482db53b423dfb18350c/view.