6515--Automated Asset Management using RFID and BLE (VA-26-00044895)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 planning to issue a Request for Proposal (RFP) for Automated Asset Management Using Passive Radiofrequency for Veterans Integrated Service Network (VISN) 21. The objective is to maintain, expand, and enhance the existing Automated Asset Management Platform (AAMP) across VISN 21 facilities. This acquisition will be a single-award, firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The formal solicitation is expected to be posted, with proposals due, on or around May 15, 2026.
Scope of Work
The contractor will be responsible for maintaining, expanding, and enhancing the AAMP. This includes integrating Zebra® Passive Radiofrequency Identification (RFID), CenTrak® Active RTLS technologies, and the AgileRank® aRTLS mobile application. The effort requires provisioning hardware, software, and professional services for system design, installation, configuration, and ensuring interoperability with VA enterprise systems such as AEMS/MERS, IBM Maximo®, and Nuvolo.
The Performance Work Statement (PWS) outlines requirements for: Technology and Project Management, Requirements and System Design, Procurement and Staging, Installation and Deployment, Integration with Enterprise Systems, BLE Enablement, Data Governance and Cybersecurity, Testing and Validation, Training and Change Management, System Administration, Acceptance Testing, Transition Planning, and Warranty Services. A key performance standard is achieving at least 95% room-level location accuracy.
Contract & Timeline
- Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed-Price.
- Ordering Period: Three (3) years from the award date.
- Task Orders: VA anticipates 1-3 task orders under the base ordering period, with a Period of Performance (PoP) for each task order up to 12 months beyond the ordering period.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Formal Solicitation Release: On or around May 15, 2026.
- Solicitation Response Due: May 15, 2026, 14:00 Central Time.
- Published: April 11, 2026.
Key Clarifications from RFI Responses
- Authoritative System: Nuvolo is authoritative for lifecycle management and work orders when both Maximo and Nuvolo are present.
- Knowledge Transfer: No formal knowledge transfer is planned from the incumbent; offerors are expected to gain necessary insight through existing relationships or teaming arrangements with OEMs.
- OEM Requirements: The PWS outlines requirements for formal teaming agreements or authorized reseller status with relevant Original Equipment Manufacturers (OEMs).
- Security Clearance: Contractor personnel requiring facility access must meet Tier 1, possess PIV eligibility, and have elevated privileges as necessary.
- Meetings/Demos: No meetings or demonstrations with the VA are permitted prior to the solicitation release to ensure fair and equal access to information for all vendors.
Additional Notes
This notice serves solely for planning and informational purposes and does not commit the VA to procure any supply or service. The VA is not soliciting proposals at this time. Previous Sources Sought Announcements provide additional background information. For inquiries, contact Juan C Perez, Contract Specialist, at Juan.Perez5@va.gov.