SOURCES SOUGHT
J -- PeakLogix LLC - Vertical Lift Module, Carousel, and Aisle Saver Storage System Maintenance and System Support
- Notice Date
- 2/13/2026 5:30:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- DHA0012376517
- Response Due
- 2/27/2026 2:00:00 PM
- Archive Date
- 02/27/2026
- Point of Contact
- Phillip W. York, Phone: 7032756355, Lexan McDowell, Phone: 7032756379
- E-Mail Address
-
Phillip.w.york2.civ@health.mil, lexan.p.mcdowell.civ@health.mil
(Phillip.w.york2.civ@health.mil, lexan.p.mcdowell.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This requirement is for a service contract to provide maintenance and repair services for Vertical Lift Modules, Horizontal Carousels, and an Aisle Saver Storage system to include software support at the Repository at the Joint Pathology Center (JPC). Maintenance services shall include scheduled Preventive Maintenance (PM), on-call, and unscheduled Corrective Maintenance (CM). Vertical Lift Carousels enhance efficiency while promoting safety by reducing physical strain. Operators no longer need to bend, stretch, or climb, as items are delivered at an ergonomic height, minimizing injury risks. Support includes both hardware and software support for the existing system of 15 VLM units and 4 horizontal carousel cells, as well as support of PickPro ICS SQL Version 8.2 Multi Workstation System, MSSQL Data Server, and Computer Hardware. In addition to PeakLogix being the OEM of the software system, PeakLogix is also the OEM for the horizontal carousel controls system installed as of 2020. PeakLogix will provide the JPC with repair of all normal failures of the covered equipment at no additional charge for preventive maintenance, emergency service labor, parts, and unlimited technical support by phone, and travel expenses. Price for the procurement contract will be Firm-Fixed-Prices (FFP). The estimated cost is approximately $813,343.30 base plus three option years. The NAICS code is 541512, Computer Systems Design Services. This notice of intent to award a sole source contract IS NOT a request for competitive proposals, or quotes. There will be no Request for Proposals (RFP); or Quote (RFQ) available for competitive responses. Phone calls will not be accepted. However, the government will consider informational responses to this notice (BY ELECTRONIC MAIL ONLY) (email) for a period of eleven (10) days beginning upon the date of this posting. Peaklogix LLC is other than small business. Interested parties may express their interest and provide a capabilities statement NLT Thursday 27 February 2026 at 5:00 PM EST. The point of contact for this action is Contract Specialist, Lexan McDowell who can be reached at lexan.p.mcdowell.civ@health.mil. The determination by the government not to compete this requirement is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to consider revision of its determination not to pursue a competitive procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f83c8742b2a74db7abf5b570e945fb3f/view)
- Place of Performance
- Address: Silver Spring, MD 20910, USA
- Zip Code: 20910
- Country: USA
- Zip Code: 20910
- Record
- SN07716160-F 20260215/260213230045 (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 |