Notice Intent to Sole Source for DMLSS/LogiCole Facility Management (FM) program
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 United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center (CEHNC) has issued a Notice of Intent to Sole Source for technical and integration services for the Defense Medical Logistics Standard Support (DMLSS)/LogiCole Facility Management (FM) program. The intent is to award a firm-fixed-price contract to Aktarius, LLC. Responses from other interested parties are due by March 7, 2026.
Scope of Work
This procurement is for essential technical and integration services for the DMLSS/LogiCole FM program, a critical Automated Information System (AIS) supporting the entire Defense Health Agency (DHA) healthcare facility portfolio. The DMLSS/LogiCole FM system is DHA's primary tool for managing its global real property, ensuring facilities meet accreditation standards, and providing a safe healthcare environment. It improves medical logistics support by automating material, equipment, facilities, and financial management. Key capabilities include:
- Standardizing facility management programs across DoD healthcare.
- Comprehensive automated management for scheduled maintenance, project management, regulatory compliance, and space management.
- Integration of computer-aided drawing and digital blueprints.
- Enhanced tracking and management of facility assets (rooms, RPIE, buildings).
- Funds management for budgeting, tracking, and scheduling maintenance projects.
- Monitoring and documenting building conditions, Joint Commission Statement of Condition, and other regulatory/safety programs.
- Leveraging information for local, allied, and DHA-approved special projects.
- Integration with the Joint Medical Asset Repository (JMAR) for capital planning, portfolio view, capital budgeting, lifecycle renewal, and cost reduction.
Contract & Timeline
- Type: Notice of Intent to Sole Source (Firm Fixed-Price)
- Intended Awardee: Aktarius, LLC
- Set-Aside: None specified (Sole Source)
- NAICS Code: 541513 - Computer Facilities Management Services (Size Standard: $37M)
- PSC: DH01 - IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR)
- Response Due: March 7, 2026, 9:00 AM CT
- Published: February 20, 2026
Evaluation
This is not a request for competitive quotations. Responses received will be considered solely to determine if a competitive procurement is feasible. A determination not to compete is at the Government's discretion.
Additional Notes
Interested parties must submit responses electronically on company letterhead, including active SAM registration, UEI, credentials, qualifications, pricing data, and business size/type. Contact Brandalyn Fox at Brandalyn.L.fox@usace.army.mil or Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil. Phone calls will not be accepted.