Sources Sought for Commercial RFID Asset Tracking System with DHA Authority to Operate (ATO) and proven DMLSS Interface capabilities
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 Defense Health Agency (DHA) is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified sources for a Commercial RFID Asset Tracking System for the 48th Medical Group at Royal Air Force (RAF) Lakenheath, United Kingdom. This system must have a DHA Authority to Operate (ATO) and a proven DMLSS Interface. Responses are due June 1, 2026.
Purpose & Scope
This RFI aims to gather information on vendors capable of providing a turnkey RFID Asset Tracking System, including all necessary hardware (tags, readers, scanners), perpetual software licenses, and professional services for installation, configuration, user training, and ongoing maintenance. The system will track medical and non-medical assets across approximately 16 buildings within a campus environment. This is for market research only and does not constitute a solicitation.
Essential Capability Requirements
Interested sources must meet all three of the following critical requirements at the time of submission:
- Existing, Proven DMLSS Interface: The proposed software solution must have a fully functional, bi-directional interface with the Defense Medical Logistics Standard Support (DMLSS) system, capable of exchanging asset location, date, and time data.
- Current DHA Authority to Operate (ATO): The proposed software solution must possess a current, valid ATO on the DHA Information Network (DoDIN), recognized by DHA, certified under the Risk Management Framework (RMF), and have an existing eMASS record.
- Turnkey Solution: The source must be capable of providing a complete solution, encompassing all hardware, perpetual software licenses, project management, system installation, configuration, user training, and ongoing software maintenance as a single, integrated package.
Submission Instructions
Capability statements, not exceeding five (5) pages, are requested from parties who can meet all essential requirements. Submissions must include:
- Company Name, CAGE Code, UEI, and Point of Contact information.
- Detailed description of the proposed software solution and capabilities.
- Specific, verifiable evidence of meeting the DMLSS interface requirement, including examples of current/past DoD contracts.
- Specific, verifiable evidence of meeting the DHA ATO requirement, including the system name in eMASS and other verification data.
- A summary of experience providing similar turnkey RFID solutions to government or commercial entities.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: June 1, 2026, 06:00 AM Z
- Published: May 15, 2026, 10:28 AM Z
- Place of Performance: Lakenheath, United Kingdom
Contact Information
- Primary: Cliff Roberts (cliff.n.roberts.civ@health.mil, +49 (6371) 9464 4810)
- Secondary: Matthew Elden (matthew.r.elden.civ@health.mil)