Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2026 SAM #8854
SPECIAL NOTICE

D -- Notice Intent to Sole Source for DMLSS/LogiCole Facility Management (FM) program

Notice Date
2/20/2026 8:28:13 AM
 
Notice Type
Special Notice
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PAN_27928
 
Response Due
2/27/2026 7:00:00 AM
 
Archive Date
03/14/2026
 
Point of Contact
Brandalyn Fox, Phone: 2568951188, Jasmine Jackson
 
E-Mail Address
Brandalyn.L.fox@usace.army.mil, Jasmine.N.Jackson@usace.army.mil
(Brandalyn.L.fox@usace.army.mil, Jasmine.N.Jackson@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Notice of Intent to Award a Sole Source procurement for technical and integration services for the Defense Medical Logistics Standard Support (DMLSS)/LogiCole Facility Management (FM) program, a critical Automated Information System (AIS) that supports the entire Defense Health Agency (DHA) healthcare facility portfolio. The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) is issuing this synopsis in order to publicize its intentions to execute one (1) sole-source, firm-fixed priced contract award to Aktarius, LLC. for technical and integration services for the DMLSS/LogiCole Facility Management (FM) program, a critical Automated Information System (AIS) that supports the entire Defense Health Agency (DHA) healthcare facility portfolio, in accordance with (IAW) Revolutionary FAR Overhaul (RFO) 6.103-1(c)(2)(ii) ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements."" Aktarius, LLC, Inc. The contractor provides essential technical and integration services for the DMLSS/LogiCole Facility Management (FM) program, a critical Automated Information System (AIS) that supports the entire Defense Health Agency (DHA) healthcare facility portfolio. The DMLSS/LogiCole FM system is the primary tool used by DHA to manage its global real property portfolio. The system ensures facilities meet accreditation codes and standards, providing a safe and effective healthcare environment for Department of War (DoW) beneficiaries. The Defense Medical Logistics Standard Support (DMLSS/LogiCole FM) Program is a partnership involving wholesale medical logistics, medical information management, medical information technology, and user communities. The DMLSS/LogiCole FM mission is to improve the responsiveness of medical logistics support. The DMLSS/LogiCole FM Program accomplishes this by implementing business process innovations that increase the effectiveness of medical logistics support and reduce operating cost. The DMLSS/LogiCole FM Automated Information System (AIS) was developed and deployed to enhance healthcare delivery in peacetime and to promote wartime readiness and sustainability. DMLSS/LogiCole FM provides automation support for reengineered medical logistics business practices and delivers a comprehensive range of material, equipment, and facilities and financial management information systems. The DMLSS/LogiCole FM AIS supports the functional areas of material (supplies and equipment) and facilities management. It provides key interfaces with Defense Logistics Agency wholesale medical logistics Defense Supply Center Philadelphia and DoD finance communities. It also supports requirements to provide aggregate medical logistics information to higher authorities for the purpose of command and control and asset visibility, by way of subordinate systems to authoritative sources within the Global Combat Support System Family of Systems. The Facility Management (FM) application provides a powerful management tool for standardizing facility management programs throughout the DoD healthcare industry. The FM Application provides comprehensive automated management capabilities ranging from scheduled maintenance and project management to regulatory compliance and space management. It incorporates computer-aided drawing capability and integrates digital blueprints and floor plans into the application. It provides a standardized application which ensures facilities (i.e., buildings and associated facility systems) are acquired, operated, repaired, maintained, altered, and cleaned in a manner which provides the optimum productive environment for health care operations. It also provides improved resource management of new, as well as existing health care and support facilities. It enhances Military Treatment Facility managers� ability to track and manage facility assets from individual rooms and Real Property Installed Equipment (RPIE) items to entire buildings and facility systems. DMLSS/LogiCole FM provides the facility manager with funds management capability for budgeting, tracking, and scheduling/un-scheduling maintenance projects by providing more effective means of monitoring, tracking and documenting building conditions, The Joint Commission Statement of Condition and Plan for Improvement, and other regulatory/safety management programs. Further DMLSS/LogiCole FM allows facility managers to manage information about their facility assets and leverage that information to plan and create locally approved projects, ally approved projects, and DHA approved special projects. The associated Joint Medical Asset Repository (JMAR) provides a central source of facility data and gives facility managers the tools they need to make optimal decisions about facility management and capital planning. This joint DMLSS/LogiCole FM-JMAR combination enables DHA to: � Gain a full view of their entire facility portfolio � Streamline capital budgeting � Proactively manage lifecycle renewal � Reduce capital asset costs over time � The capital investments to DHA�s strategic goals � Build a business case for renewal and capital programs � Create an optimal capital plan This notice of intent is NOT a REQUEST FOR QUOTE, nor does it restrict the Government as to the ultimate acquisition approach. Additionally, this announcement does not obligate the Government to award a contract. The Government is not responsible for any costs incurred by responding to this notice. This notice of intent is not a request for competitive quotations; however, all responses received within the closing date for this notice will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industrial Classification System (NAICS) code is 541513 - Computer Facilities Management Services. The business size standard for this NAICS code is $37M. The Product Service Code is DH01 - IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR) Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Unique Entity Identifier (UEI), any applicable processed credentials and qualifications, and any applicable pricing data or information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses should be furnished electronically to the contacts listed below no later than 9:00 am. CT, 27 February 2026. Phone calls will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6294777745f244288c33fe15838bea54/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN07722245-F 20260222/260220230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.