Loading...
HT9406-TBD
Response Deadline
Jun 1, 2026, 6:00 AM(GMT+2)17 days
Eligibility
Contract Type
Sources Sought
DISCLAIMER:
This is a Request for Information (RFI) / Sources Sought notice for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified business sources to provide a commercial Radio Frequency Identification (RFID) Asset Tracking System that meets the specific requirements detailed below. The Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future Request for Quote (RFQ) or Request for Proposal (RFP), if any is issued.
1.0 DESCRIPTION OF REQUIREMENT
The Defense Health Agency (DHA) is seeking information on sources capable of providing a turnkey, commercial RFID Asset Tracking System for the 48th Medical Group at Royal Air Force (RAF) Lakenheath, United Kingdom. The requirement includes all necessary hardware (RFID tags, readers, handheld scanners), perpetual software licenses, and all associated professional services for installation, system configuration, user training, and follow-on maintenance. The system must be capable of tracking medical and non-medical assets across a campus environment of approximately 16 buildings.
2.0 ESSENTIAL CAPABILITY REQUIREMENTS
The Government has identified the following three (3) essential requirements that are critical for mission success. Any interested source must be able to meet ALL THREE of these requirements at the time of proposal submission.
2.1. Existing, Proven DMLSS Interface: The proposed software solution must currently possess a fully functional, proven, bi-directional interface with the Defense Medical Logistics Standard Support (DMLSS) system. The interface must be capable of exchanging asset location, date, and time data as a minimum.
2.2. Current DHA Authority to Operate (ATO): The proposed software solution must possess a current, valid Authority to Operate (ATO) on the DHA Information Network (DoDIN) that is recognized and accepted by the Defense Health Agency. The system must be certified under the Risk Management Framework (RMF) and have an existing eMASS record that can be verified by the Government.
2.3. Turnkey Solution: The source must be capable of providing a complete and total solution, including the provision of all hardware, perpetual software licenses, project management, system installation, configuration, user training, and ongoing software maintenance as a single, integrated package.
3.0 REQUESTED INFORMATION & SUBMISSION INSTRUCTIONS
Interested parties who believe they can meet ALL THREE of the essential requirements listed in Section 2.0 are invited to submit a capability statement.
The capability statement shall not exceed five (5) pages and must include, at a minimum:
Matthew Elden
DEPT OF DEFENSE
DEFENSE HEALTH AGENCY (DHA)
DEFENSE HEALTH AGENCY
DEFENSE HEALTH AGENCY
HCD SOUTHEAST
808 SCHREIDER STREET
FREDERICK, MD, 21702
NAICS
Other Computer Related Services
PSC
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
Set-Aside
No Set aside used