6515--Automated Asset Management using RFID and BLE (VA-26-00044895)
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"streetAddress":"","streetAddress2":"","city":{"name":""},"state":{"name":""},"zip":"","country":{"name":""}}. Response deadline: Mar 12, 2026. Industry: NAICS 541519 • PSC 6515.
Market snapshot
Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541519
Description
SOURCES SOUGHT / REQUEST FOR INFORMATION AUTOMATED ASSET MANAGEMENT USING PASSIVE RADIOFREQUENCY This is a Sources Sought Notice only. This Notice is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this notice. Your response to this NOTICE will be treated solely as information for the Government to consider. You will not be entitled to payment for direct or indirect costs incurred in responding to this NOTICE. This NOTICE does not constitute a solicitation for quotes/proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this NOTICE. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this notice must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50 percent of the cost of manufacturing or 50 percent of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described below. Potential offerors are responsible for monitoring the Governmentwide Point of Entry for additional information pertaining to this requirement. REQUIREMENT: The purpose of this NOTICE is to identify qualified contractors that can provide Automated Asset Management Using Passive Radiofrequency to the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 21. VISN 21 is seeking to maintain, expand, and enhance existing Automated Asset Management Platform (AAMP) across VISN 21 facilities. This effort includes integrating Zebra® Passive Radiofrequency Identification (RFID) system, CenTrak® Active RTLS technologies, and the AgileRank® aRTLS mobile application. Provisioning of hardware, software, and professional services for system design, installation, configuration, and interoperability with VA enterprise systems: AEMS/MERS, IBM Maximo®, and Nuvolo. The purpose of this procurement is to sustain the system currently in place, extend coverage areas with Bluetooth® Low Power (BLE), configure existing hardware that is not yet configured, and re-configure system software to meet facility needs as outline in the draft Performance Work Statement (PWS). HOW TO RESPOND: Responses should be as complete and informative as possible. Responses shall be limited to no more than 10 pages and include: a. Describe company s technical capabilities to meet the requirement. 1. Is the solution a commercial-off-the-shelf (COTS). 2. Is customization required to meet the PWS requirements. If so, provide how the customization meets the requirements and be sure the Rough Order of Magnitude address the customization. b. Provide commercially available list pricing for the solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. c. Identify company name, address, email, and telephone number. Include a name, email, and the telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. d. Include the company s DUNS number, CAGE code, a statement regarding socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). e. Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller. If you are the OEM, do you have resellers available? f. Identify existing contract vehicle(s) numbers you currently hold for which this requirement would be within scope for this solution (i.e., General Services Administration (GSA), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Government Wide Acquisition Contract (GWAC), GWAC, etc.). g. Indicate the likelihood of your company responding to a solicitation should this effort result in an acquisition. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. h. Respondents are requested to identify any additional information considered applicable to this NOTICE. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Responses shall be submitted electronically to Juan C Perez at Juan.perez5@va.gov no later than 2:00 pm EST, March 17, 2026. Information submitted by any other method will not be considered.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.