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 Special Notice indicating its intent to award a sole-source, firm-fixed-price contract to Aktarius, LLC. This contract is for technical and integration services for the Defense Medical Logistics Standard Support (DMLSS)/LogiCole Facility Management (FM) program, a critical Automated Information System (AIS) supporting the Defense Health Agency (DHA) healthcare facility portfolio. The justification for this sole-source action is based on FAR 6.103-1(c)(2)(ii), citing "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Responses from other interested parties are due by February 27, 2026, at 9:00 AM CT.
Scope of Work
The DMLSS/LogiCole FM program is DHA's primary tool for managing its global real property portfolio, ensuring facilities meet accreditation codes and standards for a safe healthcare environment. It integrates wholesale medical logistics, information management, and technology. The system provides automation support for reengineered medical logistics business practices, aiming to improve responsiveness and reduce operating costs. Key functionalities include:
- Comprehensive automated management for scheduled maintenance, project management, regulatory compliance, and space management.
- Integration of computer-aided drawing capabilities, digital blueprints, and floor plans.
- Enhanced resource management for new and existing healthcare facilities.
- Ability to track and manage facility assets, from individual rooms and Real Property Installed Equipment (RPIE) to entire 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 the Joint Medical Asset Repository (JMAR) to provide a central source of facility data for optimal decision-making, capital planning, lifecycle renewal, and cost reduction.
Contract & Timeline
- Type: Sole-Source, Firm-Fixed-Price Contract (Intent to Award)
- NAICS: 541513 - Computer Facilities Management Services (Size Standard: $37M)
- PSC: DH01 - IT AND TELECOM - PLATFORM SUPPORT SERVICES: DATABASE, MAINFRAME, MIDDLEWARE (LABOR)
- Set-Aside: Not Applicable (Sole Source Intent)
- Response Due: February 27, 2026, 9:00 AM CT
- Published: February 20, 2026
- Place of Performance: DWG, TX 78234, United States
Purpose of Notice
This notice is NOT a Request for Quote (RFQ) and does not obligate the Government to award a contract. Its purpose is to publicize the intent to award a sole-source contract to Aktarius, LLC. Responses received will be considered solely to determine if a competitive procurement is feasible. The Government retains discretion regarding the ultimate acquisition approach.
Response Requirements
Interested parties capable of providing these services should submit responses electronically on company letterhead. Submissions must include:
- Affirmation of active SAM registration and Unique Entity Identifier (UEI).
- Applicable credentials, qualifications, and any pricing data/information.
- Point of contact, telephone number, and email address.
- Indication of business size/type (e.g., large, small, 8(a), WOSB, HUBZone, SDVOSB, socially/economically disadvantaged) and U.S./foreign ownership.
Contact Information
- Primary: Brandalyn Fox, Brandalyn.L.fox@usace.army.mil, 256-895-1188
- Secondary: Jasmine Jackson, Jasmine.N.Jackson@usace.army.mil