Health Care Delivery System (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
ID: HT003826X0000Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYROSSLYN, VA, 22209, USA
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.

    Point(s) of Contact
    Files
    Title
    Posted
    The MHS GENESIS Industry Day, held on November 5, 2025, focused on modernizing the DOD Healthcare Management System. The event aimed to enhance understanding, foster collaboration, and gather feedback for a streamlined acquisition process. MHS GENESIS, a decade-old electronic health record system, has 9.6 million beneficiaries and 194,000 users. Key priorities include optimizing patient care, advancing health IT, and ensuring interoperability. The government plans a new, competitive contract, seeking industry input on transition strategies, organizational structures, compensation models, and the role of system integrators to achieve cost-efficiency, performance, and innovation. The timeline anticipates a draft RFP in Q1 FY26 and contract award by Q4 FY26, with official information provided via SAM.gov.
    The document is a Q&A log for the Healthcare Delivery Solution (HCDS) Electronic Health Record (EHR) Follow On (MHS GENESIS) procurement (HT003826X0000), updated December 4, 2025. It addresses prospective vendors' questions regarding the Department of Defense (DoD) and Department of Veterans Affairs (VA) contract coordination, system integrator (SI) model, transition periods, retained functions, sustainment baseline review, vendor licensing, transaction fee assessment, Oracle Cloud Infrastructure (OCI) migration, help desk support, DHA leverage and control, scope differences between "System Integration" and "Deployment," AI + DevSecOps implementation, incumbent contractors, timing and dollar size of procurements, governance structures, effectiveness measurement, third-party integration validation, workflow standardization, and KPIs for EHR optimization. The DoD is still formulating approaches for many aspects, often requesting industry feedback, with a tight timeline for all HCDS EHR Follow-on requirements to be awarded by July 2026.
    The Healthcare Delivery Solution (HCDS) Electronic Health Record (EHR) Follow On (MHS GENESIS) Q&A Log, dated November 19, 2025, addresses key questions from prospective vendors regarding the future of the DoD and VA's healthcare contract activities. A Memorandum of Understanding (MOU) between the Secretaries of Defense and Veterans Affairs aims to strengthen their partnership and explore inter-agency cooperation, possibly including joint contracts. The DoD's structure and resourcing for a new System Integrator (SI) model are not yet finalized, with industry feedback requested on the necessity and configuration of SIs. The government also seeks industry input on a mandated overlap period during transitions and the functions the DoD intends to retain. A comprehensive sustainment baseline review is ongoing. The government is exploring the best approach for vendor management and will seek information on the impact of OCI migration on the procurement scope, noting that the current Service Provider Integrator (SPI) should maintain the system until migration completion.
    Similar Opportunities
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Commercial Solutions Opening (CSO) to solicit proposals for prototype projects aimed at enhancing the effectiveness of healthcare delivery for military personnel. This initiative seeks innovative solutions that improve platforms, systems, components, or materials utilized by the Department of Defense, particularly in the realm of electronic health records and data management. The CSO will remain open until July 1, 2026, and interested parties are encouraged to submit their proposals, ensuring they adhere to the guidelines outlined in the associated documents. For inquiries, potential respondents can contact Lacey Lockard at lacey.n.lockard.civ@health.mil or Elizabeth Holten at elizabeth.l.holten.civ@health.mil.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Buyer not available
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO), EIDS AOI 4 - Data Applications
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking innovative solutions for the Enterprise Intelligence & Data Solutions (EIDS) Program Management Office (PMO) under the Commercial Solutions Opening (CSO) for Area of Interest (AOI) 4 - Data Applications. The objective is to develop new data and user-centric applications and modernize existing ones to enhance user experience within the Military Health System and federal partner initiatives, utilizing AWS GovCloud infrastructure and best practices for DevSecOps. This initiative is critical for delivering enterprise-wide health and readiness data capabilities, supporting up to 100,000 concurrent users, and ensuring compliance with accessibility standards. Interested vendors must submit their solutions electronically by December 12, 2025, at 5:00 PM ET, and can direct inquiries to primary contacts Louise Lewis and Sharria T. Wells via their provided emails.
    TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.
    Encounter-Based Endoscopy Video Imaging System
    Buyer not available
    The Defense Health Agency (DHA) is seeking information from qualified contractors regarding the Encounter-Based Endoscopy Video Imaging System (EEVIS) to enhance its medical video imaging capabilities across Department of War (DoW) and Veterans Affairs (VA) healthcare facilities. The primary objective is to standardize, secure, and integrate endoscopic image capture, storage, and retrieval, ensuring global accessibility and seamless integration with existing Electronic Health Records (EHR). This system is crucial for improving diagnostic and treatment processes through advanced functionalities such as AI algorithms for image analysis and decision support tools, while also adhering to HIPAA, NIST, and NARA standards. Interested parties must submit a Capability Statement to Ms. Chelsey Jahn at chelsey.n.jahn.civ@health.mil by 1:00 PM ET on January 5, 2026, with a maximum of 20 pages, excluding cover and administrative pages.
    Pharmacy Data Warehouse
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to extend the contract for the Pharmacy Data Warehouse (PDW) managed by General Dynamics Information Technology, Inc. (GDIT) for an additional 16 months, until July 24, 2024. This bridge action is necessary to maintain the continuity of services related to the management of TRICARE pharmacy transaction data, which is critical for ensuring patient safety and supporting various analyses related to drug utilization and fraud prevention. The extension is vital to avoid disruptions that could impact the Federal Pricing Refund Program and the Military Health System's readiness tools, as well as to fulfill congressional reporting requirements. Interested parties can contact Viktoria Reed at viktoria.s.reed.civ@health.mil or call 303-676-3648 for further information.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    DA10--RFI - Modernization of Veterans Canteen Service IT Systems (VA-26-00004970)
    Buyer not available
    The Department of Veterans Affairs is seeking input for the modernization of its Veterans Canteen Service IT Systems through a Request for Information (RFI) identified as VA-26-00004970. The primary objectives of this procurement include enhancing performance, streamlining processes, improving customer service, and integrating new functionalities while ensuring robust security measures and compliance with industry standards. This modernization effort is crucial for the efficient operation of approximately 220 retail and food service locations nationwide, which currently rely on outdated technologies. Interested vendors should direct their inquiries to Contract Specialist Justin Daniel at justin.daniel@va.gov, and responses to the RFI are due by August 1, 2025, with a focus on providing detailed proposals that meet the outlined requirements.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense (DoD) is soliciting quotes for pharmaceutical agents as part of its Uniform Formulary Blanket Purchase Agreement (UF BPA) and Uniform Formulary Additional Discount Program (UF ADP) through the Defense Health Agency (DHA). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on the clinical and cost-effectiveness of drugs to determine their classification within the formulary. The P&T Committee will review newly approved drugs, including agents for pulmonary, gynecological, endocrine, atopy, skeletal muscle relaxants, and pain management, with quotes due by December 9, 2025, ahead of the committee meeting scheduled for February 4-5, 2026. Interested manufacturers should contact Stephanie Erpelding or Tracy Banks for further details and ensure compliance with submission requirements outlined in the RFQ HT9402-26-Q-9102.