Lincoln Memorial University utilizes a variety of funding and contractual mechanisms to advance its institutional objectives and programmatic responsibilities. To meet applicable federal and state transparency and procurement thresholds, the University may periodically issue Requests for Proposals (RFPs) to ensure open, competitive, and compliant selection processes.
In addition, Lincoln Memorial University engages individuals, businesses, and other qualified service providers for personal, professional, and consulting services through formal procurement processes. Parties interested in providing such services are encouraged to monitor University procurement postings and RFP announcements for current opportunities and related notices.
Design, Migration, and Support of a Hyperledger Fabric-Based Medical EDI System
Healthcare Supply Chain Data Engineering Center — Lincoln Memorial University, Harrogate, TN
Issued: January 15, 2026
Proposals Due: February 15, 2026
Project Start Date: March 1, 2026
Submission Method: Email Only (ryan.overton@lmunet.edu)
Lincoln Memorial University (LMU) — School of Engineering, located in Harrogate, Tennessee, invites qualified software development firms to submit proposals for the design, optimization, migration, testing, and documentation of a Hyperledger Fabric-based medical Electronic Data Interchange (EDI) system.
This project will introduce transparency, security, and efficiency into the medical supply chain by enabling blockchain-based transaction validation, secure data reconciliation, and standards-driven interoperability.
This work supports the Healthcare Supply Chain Data Engineering Center (HSCDEC), a federally funded initiative to establish an open-source software platform improving healthcare supply chain resilience and accessibility.
Primary Contact:
Dr. Ryan Overton, Dean — School of Engineering
ryan.overton@lmunet.edu 423-869-6352
All communications regarding this RFP must be directed to Dr. Overton.
All proposals must be submitted electronically via email to ryan.overton@lmunet.edu no later than 5:00 PM (EST) on February 15, 2026.
Proposals must:
Late or incomplete proposals will not be considered.
RFP Issuance: January 15, 2026
Proposals Due: February 15, 2026
Evaluation & Shortlisting: February 16-20
Final Selection & Contract Negotiation: February 23, 2026
Anticipated Project Start: March 1, 2026
LMU reserves the right to adjust this schedule as necessary.
The selected vendor will provide comprehensive technical services to design, validate, and deploy a Hyperledger Fabric-based medical EDI system within LMU’s on-premises environment.
This project’s purpose is to optimize, migrate, and operationalize a blockchain EDI platform that enables hospitals, suppliers, and third-party logistics providers to exchange data transparently and securely, following ANSI X12, FDA UDI, GS1, and related standards.
The anticipated project schedule is as follows:
|
Milestone |
Target Completion Date |
|
Contract Award & Kickoff |
March 1, 2026 |
|
System Review & Architecture Planning |
March 31, 2026 |
|
Migration & Initial Deployment |
June 30, 2026 |
|
Testing & Quality Assurance |
September 15, 2026 |
|
Final Documentation & Training |
September 1, 2026 |
|
Project Closeout |
September 30, 2026 |
Vendors may propose alternate milestone structures if they improve efficiency or reduce risk.
Each proposal must include the following sections:
Proposals will be evaluated by LMU’s RFP Review Committee according to the following weighted criteria:
|
Evaluation Criteria |
Weight |
Description |
|
Technical Approach and Capability |
30 points |
Clarity, innovation, and feasibility of proposed solution; demonstrated understanding of Hyperledger Fabric and EDI. |
|
Experience with Similar Projects |
25 points |
Documented success delivering blockchain, Kubernetes, or healthcare data systems. |
|
Team Qualifications and References |
20 points |
Expertise, credentials, and quality of past client relationships. |
|
Responsiveness and Proposal Quality |
15 points |
Completeness, clarity, and adherence to RFP instructions. |
|
Cost Effectiveness |
10 points |
Overall value, transparency, and reasonableness of pricing. |
Total Possible Points: 100
Shortlisted vendors may be invited for interviews or technical demonstrations prior to award.
The contract will be awarded to the vendor providing the best overall value to LMU, based on total evaluation score, technical merit, and cost.
LMU reserves the right to:
Procurement will comply with LMU policies and applicable federal regulations, including FAR Part 14 (Sealed Bids) and competitive negotiation procedures.
Do not consider contract bids unless you meet the following requirements when applicable.
2CFR 200.318 through 200.327 Federal Procurement Standards
This procurement and any resulting contract shall comply with 2 CFR
small and minority businesses), 200.322 (recovered materials), 200.324 (agency
review), and 200.326–200.327 (required contract provisions), and § 200.331
(subrecipient monitoring), as applicable.
200.318 General Procurement Standards
- Lincoln Memorial University maintains written procurement procedures. Procurement must be necessary, cost-effective, avoid unnecessary or duplicative purchases.
- The contractor must maintain oversight to ensure performance in accordance with contract terms, and maintain records sufficient to detail.
- Conflict of interests are prohibited.
200.319 Competition
- This RFP is issued through full and open competition. Which prohibits unreasonable qualification requirements, brand-name-only specs, and arbitrary actions that limit competition. It must clearly describe technical requirements, and identify evaluation factors and relative importance. Must ensure all bidders receive the same information and no unfair advantage is given.
- No contractor will be excluded based on geographic location, except where allowed by federal law.
200.320 Methods of Procurement
- Award will be made to the responsible bidder whose proposal is most beneficial to the University, with price and other factors considered. (Name factors based on the grant research/project)
200.321Contracting with small and minority businesses, women’s business enterprises, and labor surplus area firms
- Lincoln Memorial University’s responsibility to take affirmative steps to use; small businesses, minority owned business, women’s business enterprise, and labor surplus area firms.
200.322 Procurement of Recovered Materials
- Contractor must use recycled/recovered materials when practicable according to Section 6002 of the Solid Waste Disposal Act, this applies to construction contracts over $10,000.
200.323 Contract Cost and Price
- Lincoln Memorial University will provide the cost or price analysis prior to being awarded the contract bid.
- The contractor must provide sufficient cost details to permit evaluation.
200.324 Federal Awarding Agency or Pass-Through Entity Review
- Contract award is subject to any required federal or pass-through approval.
- Allows NIST or a pass through entity to review procurement documents and require pre-approval in specific circumstances.
200.325 Bonding Requirements
- Construction contracts that exceed $100,000, the contractor must provide; a bid guarantee, performance bond, and a payment bond.
200.326
- Lincoln Memorial University is required to include 200.327 (see below) in contracts funded with federal money when it comes to safety instructions.
200.327 Contract Provisions
- The chosen contract shall include all required federal contract provisions, including but not limited to; termination for cause and convenience, equal employment opportunity, Davis-Bacon Act, Contract Work Hours and Safety Standards Act, Clean Air Act and Federal Water Pollution Control Act, debarment and suspension, Byrd Anti-Lobbying Amendment, and record retention and access.
2CFR 200.331 Subcontracting and Subrecipient Compliance
Contractors must:
Posting and Requirements
The RFP must be listed on the following:
Optional NFP postings:
Proof of these must be saved for ORSGP office records.
The University reserves the right to shorten the posting period when justified by documentation programmatic need, time-sensitive grant requirements, or other extenuating circumstances under 2 CFR 200. Any short posting period will be supported by written justification, appropriate approvals, and evidence that full and open competition was maintained to the maximum extent practicable. Shortened posting period may be approved by the institution’s procurement authority, Tammy Shackleford, if applicable.
Please note that if LMU does not receive at minimum three (3) bids within the 30-day window, the procurement will be reviewed to determine whether adequate competition was achieved. The University may extend the solicitation period, re-advertise the NFP using additional posting channels, or proceed with fewer bids if documented as reasonable and compliant with 2 CFR 200 requirements, including written justification and approval.