6515--Automated Asset Management using RFID and BLE (VA-26-00044895)

SOL #: 36C10B26R0017Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
TECHNOLOGY ACQUISITION CENTER NJ (36C10B)
EATONTOWN, NJ, 07724, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Feb 24, 2026
3
Response Deadline
Mar 17, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is soliciting proposals for Automated Asset Management using RFID and BLE (VA-26-00044895). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Responses are due by March 17, 2026, 2:00 PM EST.

Purpose

The VA seeks to maintain, expand, and enhance its existing Automated Asset Management Platform (AAMP). The goal is to integrate Bluetooth Low Energy (BLE) technologies with active Real-Time Locating Systems (RTLS) and passive Radiofrequency Identification (RFID) solutions. This will provide real-time location information for medical equipment, staff, and patients across various VA Health Care Systems (HCS) nationwide, potentially starting with VISN 21 facilities.

Scope of Work

The contractor will provide professional services, hardware, and software for the AAMP. Key areas include:

  • Technology and Project Management: Developing a Master Project Plan and tracking KPIs.
  • Requirements and System Design: Workflow discovery, architecture design for RTLS/RFID/BLE integration, coverage mapping, and data modeling.
  • Procurement and Staging: Sourcing and preparing hardware and software.
  • Installation and Deployment: Site readiness, hardware installation, asset tagging, and zone configuration.
  • Integration with Enterprise Systems: Integrating with existing VA systems such as Infor LBI®, CenTrak ConnectCore®, Zebra MotionWorks®, CMMS/EAM platforms, AEMS/MERS, IBM Maximo®, and Nuvolo.
  • BLE Enablement: Beacon placement, calibration, and mobile app integration.
  • Data Governance and Cybersecurity: Ensuring HIPAA compliance, encryption, and adherence to VA security standards (FIPS, PIV card enablement, background investigations).
  • Testing and Validation: Performing factory and site acceptance tests, with a performance standard of at least 95% room-level location accuracy.
  • Training and Change Management: Developing and delivering training materials.
  • System Administration: Providing database and system administration services.
  • Warranty Services: Providing one-year manufacturer's warranty and help desk support.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Ordering Period: Three (3) years from the award date.
  • Period of Performance (PoP): For each task order, up to 12 months beyond the ordering period.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSBC). Responding SDVOSBs must demonstrate intent and ability to meet set-aside requirements (at least 50% performance by eligible concerns) and provide VA Center for Verification and Evaluation (CVE) verification.
  • Place of Performance: Identified in individual Task Orders, potentially various VA HCS locations nationwide.
  • Special Requirements: Hardware compatibility with existing RTLS, RFID, and BLE; formal teaming agreements or authorized reseller status with OEMs; adherence to ENERGY STAR, FEMP, EPEAT guidelines for IT products; and Section 508 accessibility compliance.

Submission & Contact

  • Responses Due: March 17, 2026, by 2:00 PM EST.
  • Submission Method: Electronically to Juan C Perez at Juan.perez5@va.gov. Information submitted by any other method will not be considered.
  • Point of Contact: Juan C Perez, Contract Specialist, Juan.Perez5@va.gov, 512-981-4467.

People

Points of Contact

Juan C PerezContract SpecialistPRIMARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Feb 24, 2026
Version 1
Sources Sought
Posted: Feb 19, 2026
View
6515--Automated Asset Management using RFID and BLE (VA-26-00044895) | GovScope