Opportunity

SAM #HT9406-TBD

Turnkey RFID Asset Tracking System for DHA at RAF Lakenheath

Buyer

Defense Health Agency

Posted

May 15, 2026

Respond By

June 01, 2026

Identifier

HT9406-TBD

NAICS

541519, 541512, 541513

The Defense Health Agency (DHA) is seeking information from vendors for a turnkey commercial RFID Asset Tracking System to support the 48th Medical Group at RAF Lakenheath, UK. - Government Buyer: - Defense Health Agency (DHA), Department of Defense - 48th Medical Group, RAF Lakenheath, United Kingdom - Products/Services Requested: - Complete commercial RFID Asset Tracking System - Includes all hardware: RFID tags, readers, handheld scanners - Perpetual software licenses for asset tracking - Professional services: installation, system configuration, user training, ongoing maintenance - Unique/Notable Requirements: - System must provide a proven, bi-directional interface with the Defense Medical Logistics Standard Support (DMLSS) system - Must have a current, valid DHA Authority to Operate (ATO) on the DHA Information Network, certified under the Risk Management Framework (RMF) with a verifiable eMASS record - Solution must be fully integrated and turnkey, supporting tracking of both medical and non-medical assets across approximately 16 buildings - No specific OEMs or vendors are named in the notice - Place of performance is RAF Lakenheath, United Kingdom, with contracting office at DHA, Frederick, MD

Description

DISCLAIMER: This is a Request for Information (RFI) / Sources Sought notice for market research purposes only. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified business sources to provide a commercial Radio Frequency Identification (RFID) Asset Tracking System that meets the specific requirements detailed below. The Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future Request for Quote (RFQ) or Request for Proposal (RFP), if any is issued.

1.0 DESCRIPTION OF REQUIREMENT The Defense Health Agency (DHA) is seeking information on sources capable of providing a turnkey, commercial RFID Asset Tracking System for the 48th Medical Group at Royal Air Force (RAF) Lakenheath, United Kingdom. The requirement includes all necessary hardware (RFID tags, readers, handheld scanners), perpetual software licenses, and all associated professional services for installation, system configuration, user training, and follow-on maintenance. The system must be capable of tracking medical and non-medical assets across a campus environment of approximately 16 buildings.

2.0 ESSENTIAL CAPABILITY REQUIREMENTS The Government has identified the following three (3) essential requirements that are critical for mission success. Any interested source must be able to meet ALL THREE of these requirements at the time of proposal submission.

2.1. Existing, Proven DMLSS Interface: The proposed software solution must currently possess a fully functional, proven, bi-directional interface with the Defense Medical Logistics Standard Support (DMLSS) system. The interface must be capable of exchanging asset location, date, and time data as a minimum.

2.2. Current DHA Authority to Operate (ATO): The proposed software solution must possess a current, valid Authority to Operate (ATO) on the DHA Information Network (DoDIN) that is recognized and accepted by the Defense Health Agency. The system must be certified under the Risk Management Framework (RMF) and have an existing eMASS record that can be verified by the Government.

2.3. Turnkey Solution: The source must be capable of providing a complete and total solution, including the provision of all hardware, perpetual software licenses, project management, system installation, configuration, user training, and ongoing software maintenance as a single, integrated package.

3.0 REQUESTED INFORMATION & SUBMISSION INSTRUCTIONS Interested parties who believe they can meet ALL THREE of the essential requirements listed in Section 2.0 are invited to submit a capability statement.

The capability statement shall not exceed five (5) pages and must include, at a minimum:

Company Name, CAGE Code, UEI, and Point of Contact information. A detailed description of your proposed software solution and its capabilities. Specific, verifiable evidence that your system meets the DMLSS interface requirement (Requirement 2.1). Include examples of current or past DoD contracts where this interface is in use. Specific, verifiable evidence that your system meets the DHA ATO requirement (Requirement 2.2). Please provide the system name as it appears in eMASS and any other relevant data that will allow the Government to verify the ATO status. A summary of your company's experience in providing similar turnkey RFID solutions to government or commercial entities.

View original listing