Skip to content
Department of Defense

PeakLogix LLC - Vertical Lift Module, Carousel, and Aisle Saver Storage System Maintenance and System Support

Solicitation: DHA0012376517
Notice ID: f83c8742b2a74db7abf5b570e945fb3f
TypeSources SoughtNAICS 541512PSCJ065Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateMDPostedFeb 13, 2026, 12:00 AM UTCDueFeb 27, 2026, 10:00 PM UTCCloses in 5 days

Sources Sought from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 27, 2026. Industry: NAICS 541512 • PSC J065.

Market snapshot

Awarded-market signal for NAICS 541512 (last 12 months), benchmarked to sector 54.

12-month awarded value
$15,291,679
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$1,955,389
P10–P90
$248,602$6,692,024
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($15,291,679)
Deal sizing
$1,955,389 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Silver Spring, Maryland • 20910 United States
State: MD
Contracting office
Falls Church, VA • 22042 USA

Point of Contact

Name
Phillip W. York
Email
Phillip.w.york2.civ@health.mil
Phone
7032756355
Name
Lexan McDowell
Email
lexan.p.mcdowell.civ@health.mil
Phone
7032756379

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
Falls Church, VA
22042 USA

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.

Updated: Feb 15, 2026
Executive summary

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.

What the buyer is trying to do

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.

Work breakdown
  • 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
Response package checklist
  • Capabilities statement
  • Company profile and previous experience
  • Relevant project examples
  • Point of contact information
Suggested keywords
Vertical Lift Module maintenanceHorizontal Carousel supportAisle Saver systemPreventive Maintenance servicesSoftware support for PickPro ICS
Source coverage notes

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.