- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
PeakLogix LLC - Vertical Lift Module, Carousel, and Aisle Saver Storage System Maintenance and System Support
Sources Sought from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 27, 2026. Industry: NAICS 541512 • PSC J065.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 59 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541512
Description
This requirement is for a service contract to provide maintenance and repair services for Vertical Lift Modules, Horizontal Carousels, and an Aisle Saver Storage system to include software support at the Repository at the Joint Pathology Center (JPC). Maintenance services shall include scheduled Preventive Maintenance (PM), on-call, and unscheduled Corrective Maintenance (CM).
Vertical Lift Carousels enhance efficiency while promoting safety by reducing physical strain. Operators no longer need to bend, stretch, or climb, as items are delivered at an ergonomic height, minimizing injury risks.
Support includes both hardware and software support for the existing system of 15 VLM units and 4 horizontal carousel cells, as well as support of PickPro ICS SQL Version 8.2 Multi Workstation System, MSSQL Data Server, and Computer Hardware. In addition to PeakLogix being the OEM of the software system, PeakLogix is also the OEM for the horizontal carousel controls system installed as of 2020.
PeakLogix will provide the JPC with repair of all normal failures of the covered equipment at no additional charge for preventive maintenance, emergency service labor, parts, and unlimited technical support by phone, and travel expenses. Price for the procurement contract will be Firm-Fixed-Prices (FFP). The estimated cost is approximately $813,343.30 base plus three option years. The NAICS code is 541512, Computer Systems Design Services.
This notice of intent to award a sole source contract IS NOT a request for competitive proposals, or quotes. There will be no Request for Proposals (RFP); or Quote (RFQ) available for competitive responses. Phone calls will not be accepted. However, the government will consider informational responses to this notice (BY ELECTRONIC MAIL ONLY) (email) for a period of eleven (10) days beginning upon the date of this posting.
Peaklogix LLC is other than small business. Interested parties may express their interest and provide a capabilities statement NLT Thursday 27 February 2026 at 5:00 PM EST. The point of contact for this action is Contract Specialist, Lexan McDowell who can be reached at lexan.p.mcdowell.civ@health.mil. The determination by the government not to compete this requirement is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to consider revision of its determination not to pursue a competitive procurement.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Defense Health Agency (DHA) is seeking maintenance and repair services for Vertical Lift Modules (VLM), Horizontal Carousels, and an Aisle Saver Storage System at the Joint Pathology Center. The estimated value of the contract is approximately $813,343.30 with options for three additional years. Interested parties can submit their capabilities statement by February 27, 2026.
The DHA aims to secure a service contract for ongoing maintenance and software support for their storage systems, enhancing operational efficiency and safety at the Joint Pathology Center.
- Companies specializing in computer systems design and maintenance
- Firms with experience in storage systems and software support
- Scheduled Preventive Maintenance (PM)
- On-call maintenance
- Unscheduled Corrective Maintenance (CM)
- Hardware support for VLM units and horizontal carousel cells
- Software support for PickPro ICS SQL Version 8.2 and MSSQL Data Server
- Capabilities statement
- Company profile and previous experience
- Relevant project examples
- Point of contact information
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Responses must be submitted electronically via email only
- Expressions of interest are due by February 27, 2026 at 5:00 PM EST
- Firm-Fixed-Price (FFP) contract is anticipated
- Total estimated cost is approximately $813,343.30 plus options
- Consider teaming with OEMs experienced in VLM systems
- Identify subcontractors for hardware and software support, if needed
- Sole source designation limits competition and potential for lower pricing
- Tight timeline for submission of expressions of interest
- What specific qualifications does DHA expect from a capabilities statement?
- Are there any additional documentation requirements not specified in the notice?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Detailed timeline for the award process
- Exact start and end dates for the period of performance
- More specifics on the type of technical support required
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.