Women's Health Quality Improvement
ID: HT001124R0042Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Defense Health Agency (DHA) is soliciting proposals for a Firm-Fixed Price contract aimed at enhancing Women's Health Quality Improvement services for TRICARE beneficiaries across up to 41 Medical Treatment Facilities and civilian sites. The primary objective of this procurement is to conduct a comprehensive analysis of women's health and perinatal care outcomes, benchmarking them against civilian health metrics to identify areas for improvement. This initiative is crucial for ensuring high-quality healthcare services within the Military Health System, reflecting the government's commitment to improving maternal health outcomes. Proposals are due by December 16, 2024, and interested parties can direct inquiries to Crystal Randolph at crystal.d.randolph.civ@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.

    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency (DHA) has issued a Performance Work Statement (PWS) for a contract focused on Women's Health Quality Improvement Services. This contract aims to analyze and enhance women's health and perinatal care quality across Military Treatment Facilities (MTFs) and Private Sector Care Facilities (PSCFs), comparing performance against civilian benchmarks. Key objectives include providing quarterly reports on clinical outcomes and financial indicators while supporting the Department in identifying improvement opportunities and best practices. The contractor will utilize a dedicated database for data collection and analysis, covering metrics related to obstetrics and neonatal services, evaluating trends over a five-year period, and offering program management support. The contract entails a ten-month base period, with four additional one-year options. It specifies requirements for transition planning, quality control, and compliance with privacy regulations concerning protected health information. Additionally, the contractor is expected to maintain effective communication with DHA representatives and ensure the safeguarding of data and government property. Overall, the contract underscores the DHA’s commitment to ensuring high-quality healthcare for military beneficiaries, enhancing clinical care through comparative analytics and reporting.
    The document HT001124R0042 is focused on the pricing structure for a Women's Health Quality Improvement initiative, which spans from December 3, 2024, to October 2, 2029. It outlines the pricing sheet for various contract line item numbers (CLIN) relating to project management support and material costs, reflecting Fixed Firm Price (FFP) and Not-to-Exceed (NTE) stipulations for travel expenses, capped at $3,000 annually across multiple option years, with a reduced cap of $1,500 for a six-month extension. The contract includes five periods of performance with specified quantities and unit of measure, detailing required financials for each category. Additionally, anticipated travel costs should not exceed stated caps, and all material expenses are rolled into the overall pricing structure. The document emphasizes comprehensive budgeting, ensuring all potential costs are accounted for while adhering to regulatory expectations within federal government RFP frameworks to improve women's health services effectively. Overall, this file serves as a concrete financial outline for prospective contractors while providing essential guidelines for proposal submissions related to health improvement initiatives.
    The solicitation HT001124R0042 seeks proposals for Women’s Health Quality Improvement and Perinatal Support Services, specifically designed for small businesses. The Defense Health Agency aims to award a Firm-Fixed Price (FFP) contract, evaluating offers based on technical capability, past performance, and price, with non-price factors prioritized. The proposal must be submitted by October 24, 2024, and include a detailed technical approach, past performance references, and a comprehensive price breakdown, following specified formatting and submission guidelines. Each proposal must demonstrate the offering party's capacity to deliver said services, meet the goals outlined in the Performance Work Statement (PWS), and comply with relevant federal regulations. The document comprises instructions on submission processes, requirements for technical and pricing data, evaluation criteria, along with clauses that bind the parties upon contract award. Additionally, the solicitation emphasizes the importance of safeguarding covered contractor information systems and prohibits certain telecommunications services. The successful offer is expected to deliver services effectively through clear staffing and performance strategies while maintaining compliance and accountability.
    The solicitation HT001124R0042 seeks proposals for Women’s Health Quality Improvement and Perinatal Support Services, specifically designed for small businesses. The Defense Health Agency aims to award a Firm-Fixed Price (FFP) contract, evaluating offers based on technical capability, past performance, and price, with non-price factors prioritized. The proposal must be submitted by October 24, 2024, and include a detailed technical approach, past performance references, and a comprehensive price breakdown, following specified formatting and submission guidelines. Each proposal must demonstrate the offering party's capacity to deliver said services, meet the goals outlined in the Performance Work Statement (PWS), and comply with relevant federal regulations. The document comprises instructions on submission processes, requirements for technical and pricing data, evaluation criteria, along with clauses that bind the parties upon contract award. Additionally, the solicitation emphasizes the importance of safeguarding covered contractor information systems and prohibits certain telecommunications services. The successful offer is expected to deliver services effectively through clear staffing and performance strategies while maintaining compliance and accountability.
    The government document pertains to various federal and state/local RFPs and grants, outlining the procedures and prerequisites for applicants seeking funding or contracts. The main focus is on the solicitation process, which describes how government entities invite proposals from businesses or organizations to fulfill specific needs. Key ideas include eligibility criteria for potential applicants, the evaluation process of submissions, and guidelines for compliance with relevant regulations and policies. The document also emphasizes the importance of transparency, fairness, and equal opportunity in the selection of proposals. Additionally, it highlights deadlines and required documentation in the application process, ensuring that all submissions are standardized and meet established formats. By providing a structured framework for RFPs and grants, the document aims to facilitate efficient use of government resources while promoting competitiveness and innovation in project delivery. Overall, this document serves as a critical reference for understanding the steps involved in engaging with government funding opportunities.
    The document outlines the minimum roles and qualifications for personnel involved in the Women’s Health Quality Improvement contract (HT001124R0042). It details the responsibilities and required qualifications for seven key positions: Contract Manager, Senior Manager I, Senior Manager II, Senior Programmer, Programmer, Senior Analyst, and Analyst I. Each role includes specific duties such as managing contracts, overseeing program aspects, data management, and programming tasks, all integral to the contract’s success. Qualifications vary from bachelor’s degrees in relevant fields to several years of experience in management or technical disciplines. This framework ensures that the staffing for the program adheres to federal regulations and effectively meets the contract's objectives. The structure promotes effective management, data integrity, and program oversight, crucial for delivering quality improvements in women's health services while aligning with government contracting standards.
    The RFP HT001124R0042 addresses a contract for Women's Health Quality Improvement, responding to inquiries about its requirements and processes. The contract is a follow-on to the previous work by the National Perinatal Information Center and entails a Firm-Fixed Price Contract with no ceiling value. The document clarifies vital points, such as the necessity for submitting completed FAR 52.212-3 forms and proprietary nature of certain data tools and existing solutions used by the incumbent. Key personnel roles are defined, with an expectation that contractors work according to specified hours and must establish deliverables based on DHA-provided data benchmarks. Data privacy compliance, specifically regarding PHI and adherence to standards like HIPAA, is stressed. Additionally, the DHA will provide certain data, while contractors must propose civilian benchmarks and report findings, emphasizing both quantitative and qualitative analysis without reliance on previous contractor examples. This RFP illustrates the government's focus on improving women's health metrics through contractual partnerships, with explicit guidelines for proposal submission and performance expectations.
    The Women's Health Quality Improvement solicitation (RFP No. HT001124R0042) seeks proposals for a Firm-Fixed Price (FFP) contract aimed at enhancing women's health and perinatal care across up to 41 Medical Treatment Facilities serving TRICARE beneficiaries. Issued on September 24, 2024, proposals must be submitted by October 24, 2024, at 11:00 AM EST. This RFP is a Total Small Business Set-aside, following Simplified Acquisition Procedures under FAR Part 12 and 13, and pertains to Administrative Management Consulting Services, identified by NAICS code 541611. The contract's scope involves performance analysis of women's health outcomes compared to civilian benchmarks over a potential 10-month base period and four optional 12-month periods, spanning from December 3, 2024, to October 2, 2029. Services will primarily take place at the Defense Health Agency in Falls Church, VA. The documentation includes specific instructions for offerors and evaluation criteria, emphasizing compliance with various Federal Acquisition Regulations (FAR). Overall, the RFP reflects the government’s commitment to improving maternal health services through professional consulting.
    The document is an amendment to the solicitation HT001124R0042 for Women's Health Quality Improvement and Perinatal Support Services. It primarily extends the proposal submission deadline from November 12, 2024, to December 2, 2024, incorporates updated attachments including roles and qualifications, and addresses questions raised during the solicitation process. Key modifications involve changes to the proposal's pricing details and a decrease in the required quantity for a specific contract line item. The evaluation criteria focus on the offeror's technical capability, past performance, and pricing, with an emphasis on submitting a comprehensive and compliant proposal. The government expects to award a single contract based on the best overall value, taking into account both technical and pricing factors. The document details the submission requirements, including format for proposals, clarification deadlines, and the evaluation process. This amendment reflects the government's commitment to obtaining quality services through competitive procurement while ensuring adherence to applicable standards and regulations.
    The document is an amendment to solicitation HT001124R0042, revising the deadline for submitting questions related to the request for proposals. Specifically, the addendum to FAR 52.212-1(b) mandates that questions must be submitted via email by October 3, 2024, with late inquiries not being accepted. Responses to these questions will be provided through an amendment to the solicitation. The document outlines procedures for acknowledging receipt of the amendment, stipulating that failure to do so before the designated submission deadline may result in rejection of offers. It also emphasizes that this solicitation is intended for small businesses exclusively and encourages offerors to submit their best technical and pricing proposals. Changes to contractual clauses are highlighted, maintaining that only one contract will be awarded as a result of the solicitation. To facilitate communication, specific contact information for the Contract Specialist and Contracting Officer is provided. Overall, the amendment ensures adherence to procedural guidelines while enhancing clarity and fairness in the solicitation process.
    This document constitutes an amendment to a federal solicitation, specifically extending the deadline for proposal submissions from October 24, 2024, at 11:00 AM to November 12, 2024, at 2:00 PM. Importantly, this extension does not permit the submission of additional questions; responses to questions received up until this point will be addressed in a subsequent amendment to the solicitation. Aside from the new deadline, all other terms and conditions of the original solicitation remain unchanged and in effect. Contractors are required to acknowledge receipt of this amendment through specified methods, including returning copies of the amendment or including acknowledgment in other correspondence. The amendment was signed by the contracting officer and issued by the DHA Contracting Office in Falls Church, VA. This document serves as a critical communication for contractors participating in the bidding process, ensuring they are aware of the adjusted timeline for proposal submissions.
    This government document is an amendment to a solicitation for a contract, primarily adjusting the contract's period of performance from a 6-month base to a 12-month base period, including four additional 12-month option periods. Accompanying the amendment, updated attachments include a revised Combined Synopsis/Solicitation, a Performance Work Statement (PWS), and a Pricing Sheet. The amendment specifies no extensions will be provided, and additional inquiries will not be entertained, reaffirming that all other terms remain unchanged. Key changes are documented in the Delivery Schedule for various Contract Line Item Numbers (CLINs), altering delivery dates and increasing certain quantities. Moreover, the Table of Contents was revised to reflect these updates, ensuring that all pertinent documentation is current and easily navigable. The amendment emphasizes the need for acknowledgment by contractors to maintain compliance, while underscoring that accountability for receipt lies primarily with the offeror. This document serves as an essential record within the federal procurement process, adhering to guidelines established by the Federal Acquisition Regulation (FAR).
    The document is an amendment to a government solicitation, specifically modifying the deadline for proposal submissions. The initial submission deadline was set for December 2, 2024, at 1:00 PM EST, which has now been extended to December 16, 2024, at the same time. The amendment confirms that all other terms and conditions of the solicitation remain unchanged. It emphasizes the need for contractors to acknowledge receipt of this amendment prior to the new deadline to ensure their submissions are considered. The document outlines the process for acknowledging the changes, including returning copies of the amendment or referencing it in submitted offers. This modification falls under a structured process governed by federal acquisition regulations, ensuring transparency and fairness in the solicitation process.
    The request for proposal (RFP) titled "Women’s Health Quality Improvement" (Solicitation No. HT001124R0042), issued on September 24, 2024, invites proposals for a Firm-Fixed Price contract to enhance women's health and perinatal care analysis linked to TRICARE beneficiaries. The government intends to evaluate proposals through Simplified Acquisition Procedures, with the RFP being a total small business set-aside. Services will include an external performance analysis comparing women’s health and perinatal outcomes against civilian health benchmarks across 41 Medical Treatment Facilities and other designated health centers. The anticipated contract duration includes a 12-month base period, followed by four optional 12-month extensions, from April 3, 2025, to April 2, 2030. Proposals must adhere to specified instructions and include required provisions and certifications. This RFP reflects the government’s commitment to improving women's healthcare services and aligns with federal procurement standards aimed at obtaining high-quality consulting support in this critical area of public health. Key documents and attachments related to the performance of the contract are provided, outlining detailed expectations and requirements for potential bidders.
    The document outlines the solicitation HT001124R0042 issued by the Defense Health Agency (DHA) for Women's Health Quality Improvement and Perinatal Support Services. The RFP, designated for total small business participation, requires proposals to be submitted by December 16, 2024. The procurement encompasses a base contract period of ten months, followed by four renewal options of twelve months each. Key deliverables include various women's health support services as detailed in a Performance Work Statement (PWS) attached to the solicitation. Proposals must consist of three volumes: Technical Capability, Past Performance References, and Price, evaluated on a best value basis with technical factors weighted more heavily than price. To qualify for contract award, proposals must demonstrate adequate technical capability, relevant past performance, and a competitive price. Specific proposal formatting requirements and submission instructions are detailed, emphasizing that only compliant submissions will be considered. The document places significant emphasis on compliance with Federal Acquisition Regulations (FAR) and maintaining a fair evaluation process for offerors. Ultimately, it signifies the government's intent to enhance women's health services through competitive small business engagement while adhering to strict evaluation guidelines.
    The document is a Request for Proposal (RFP) issued by the Defense Health Agency for Women's Health Support Services, specifically focusing on quality improvement and perinatal support. The solicitation number HT001124R0042 details requirements for proposals to provide these services under a 12-month fixed-price contract, with options for additional yearly extensions. The proposal is open to small businesses, including those owned by disabled veterans, women, and economically disadvantaged individuals. Key components include submission guidelines, with detailed instructions regarding the technical capability, past performance references, and pricing volume. Proposals are evaluated based on three criteria: technical capability, past performance, and price, with a preference for quality over cost. Offerors must submit proposals by the specified deadline of December 2, 2024, after which a single contract will be awarded based on best value. Compliance with numerous Federal Acquisition Regulations (FAR) provisions is mandatory, and proposals must showcase the capability to fulfill the requirements outlined in the Performance Work Statement (PWS). This RFP emphasizes the government's commitment to enhancing women's health through structured support services while adhering to federal procurement standards.
    The Department of Defense's Defense Health Agency (DHA) issued a Performance Work Statement (PWS) for a contract aimed at improving Women's Health Quality Improvement Services. This contract encompasses reviewing, analyzing, and comparing women’s health and perinatal care from Military Treatment Facilities (MTFs) and Private Sector Care Facilities (PSCFs) against civilian benchmarks. The contractor will generate quarterly reports on financial, clinical, and quality metrics for around 41 MTFs, aiding DHA in enhancing the quality of care delivered to TRICARE beneficiaries. The contract includes a six-month base period followed by four 12-month options, requiring extensive data collection, analysis, and statistical reporting to identify improvement opportunities and best practices in maternal and neonatal healthcare. Specific tasks involve leveraging external databases for comparative analysis, developing program management plans, and ensuring compliance with security measures for sensitive information. Overall, this initiative emphasizes DHA's commitment to monitoring and improving the standard of care and patient outcomes within the Military Health System, adhering to recognized clinical guidelines and quality indicators.
    The document outlines a Performance Work Statement (PWS) for a non-personal services contract focused on Women’s Health Quality Improvement Services, initiated by the Defense Health Agency (DHA). The contract aims to evaluate and analyze women’s health and perinatal care outcomes at Military Treatment Facilities (MTFs) and private sector facilities against civilian benchmarks. Key services include data collection, analysis, and reporting on various health metrics, with periodic performance reports to identify improvement opportunities. The contractor will provide necessary personnel, tools, and oversight while adhering to government standards and ensuring the quality of care delivered to TRICARE beneficiaries. The project spans a 12-month base period with four optional extensions. Transparency through monthly progress reporting and quality control measures is emphasized to maintain accountability and continuous improvement. This initiative is a strategic effort to enhance healthcare quality within the Military Health System (MHS) by leveraging comparative analysis and benchmarking, ensuring adherence to national standards while optimizing patient outcomes for mothers and infants.
    The document outlines a Request for Proposal (RFP) for a Women's Health Quality Improvement project, specifying a five-year period of performance from December 3, 2024, to October 2, 2029. The pricing details include various Contract Line Item Numbers (CLINs) for project management (PM) support, other direct costs (ODC), and travel expenses, with a Not-to-Exceed (NTE) ceiling established for travel costs. The base year and multiple option years encompass monthly unit pricing, with a total evaluated price for the entire duration delineated. Notably, all costs, including materials and travel, are expected to be integrated into the specified CLIN totals. The proposal emphasizes the necessity for comprehensive cost inclusivity as outlined in the contract guidelines, allocating specific funding for travel, which should not be exceeded. The overall contract reflects adherence to expected standards for women's health services, aiming for quality improvement throughout the contract lifecycle.
    The document outlines the pricing sheet for the Women’s Health Quality Improvement contract (HT001124R0042), which spans from April 3, 2025, to April 2, 2030. The procurement structure includes several Contract Line Item Numbers (CLINs) for Project Management (PM) support, Other Direct Costs (ODC), and travel expenses. The base year and four option years are broken down into monthly pricing and Not-to-Exceed (NTE) ceilings for travel, set at $3,000 annually, with a reduced ceiling of $1,500 for the six-month extension period. All costs associated with material and travel are to be incorporated into the overall Women’s Health Services CLINs. Notably, the monthly unit prices for PM support and ODC are quoted as $0.00 across all periods, signaling potential placeholder values or specifics to be determined later. The total evaluated price, including travel throughout the performance period, sums up to $16,500. This document serves as a pricing framework for potential offerors responding to this federal Request for Proposal, emphasizing cost control and compliance with government expectations in healthcare service provisions.
    The document outlines a Request for Proposal (RFP) from the Defense Health Agency (DHA) for Women's Health Support Services, detailing the procurement process for awarded contracts to small businesses. The solicitation number HT001124R0042 specifies that proposals are due by December 2, 2024, with a focus on quality improvement and perinatal support services. Proposals must demonstrate technical capability, past performance, and pricing strategies, and must adhere to formatting and submission guidelines outlined in the document. Key sections include instructions for proposal submissions, evaluation criteria emphasizing technical capability over price, and requirements for documentation that evaluates the offeror’s past performance. The submission format includes three volumes focusing on technical capabilities, past performance references, and pricing methodologies. Additionally, clauses related to telecommunications equipment, certifications, and representation requirements are incorporated. This RFP showcases the government's commitment to including small businesses in the procurement process, aiming for high-quality service delivery while ensuring regulatory compliance and equitable competition.
    The document outlines a federal government RFP and grant framework designed to support local and state agencies in obtaining necessary funding for projects aimed at community development and improvement. Key areas of focus include transportation infrastructure, public health enhancements, and environmental sustainability initiatives. The structure facilitates collaboration between federal, state, and local governments to streamline application processes and promote transparency in funding allocations. Central ideas stress the importance of compliance with federal regulations and the need for detailed project proposals that align with government objectives. The file emphasizes the necessity of providing measurable outcomes and reporting on progress to secure continued funding. Overall, the document serves as a guideline for government entities to navigate available RFPs and grants effectively, ensuring that resources are allocated to projects that will positively impact communities while adhering to strategic national priorities.
    The Women’s Health Quality Improvement RFP, numbered HT001124R0042, seeks proposals for a Firm-Fixed Price (FFP) contract to analyze and enhance women's health and perinatal care services across up to 41 Medical Treatment Facilities and civilian sites for TRICARE beneficiaries in the U.S. Issued on September 24, 2024, with a closing date of December 2, 2024, this procurement is set aside for small businesses under the NAICS code 541611. The anticipated contract spans a base period of six months, followed by four optional 12-month periods, starting April 3, 2024, and concluding by October 2, 2029. The services will benchmark women's health outcomes against established civilian metrics. Interested parties must respond following the outlined requirements in the Performance Work Statement and submit completed certifications per FAR guidelines. This solicitation aims to improve quality in women's health care services, adhering to government regulations and supporting small business participation in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary under the TRICARE pharmacy benefit. This procurement aims to evaluate the clinical and cost-effectiveness of medications, allowing manufacturers to submit quotes for both the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP). The selected pharmaceutical agents will be utilized in Military Treatment Facilities (MTFs) and the TRICARE retail network, emphasizing the importance of providing effective healthcare solutions while managing costs. Interested manufacturers must submit their quotes by March 20, 2025, and can direct inquiries to Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or Tracy Banks at tracy.e.banks2.civ@health.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.
    Systems, Engineering, and Integration Support
    Buyer not available
    The Defense Health Agency (DHA) is seeking information regarding Systems Engineering and Integration (SE&I) Support Services through a Request for Information (RFI) identified as HT0011-25-RFI-0226. The primary objective of this procurement is to identify potential contractors capable of enhancing DHA's IT systems, particularly focusing on the Electronic Health Record (EHR) for military health services, while ensuring compliance with cybersecurity requirements and supporting strategic IT initiatives. This opportunity is crucial for modernizing and maintaining military health IT systems, with the contract expected to span a 12-month base period and potentially include additional optional periods. Interested vendors must submit their responses by April 7, 2025, and can direct inquiries to Saera Khan at saera.khan.civ@health.mil or Marcus Riley at marcus.j.riley3.civ@health.mil.
    Health Technology Capability Statement Collection
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking insights from contractors regarding their capabilities in the Defense Health Information Technology sector as part of a Health Technology Capability Statement Collection initiative. This Request for Information (RFI) aims to enhance procurement decisions for fiscal year 2025 by evaluating vendors' abilities to adapt to emerging technologies, particularly in artificial intelligence (AI). The information gathered will contribute to a market research repository that supports the government's commitment to innovation in healthcare technology and procurement processes. Interested contractors must submit their capability statements electronically in PDF format by December 31, 2024, with responses accepted on a rolling quarterly basis thereafter. For further inquiries, contact Sharria T. Wells at sharria.t.wells.civ@health.mil.
    Network Engineers and Specialist IT Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice to identify potential sources for Network Engineers and Specialist IT Services aimed at supporting the Military Health System (MHS). The procurement focuses on providing Network Sustainment Information Technology Support Services, which are crucial for maintaining and operating Local Area Networks (LANs) and Wireless Local Area Networks (WLANs) across various Medical Treatment Facilities (MTFs) both within the continental United States (CONUS) and overseas (OCONUS). This initiative is part of the DHA's efforts to sustain operational capabilities while preparing for future contract opportunities, with a bridge contract anticipated to begin on June 28, 2025. Interested parties are encouraged to submit their responses or inquiries by March 11, 2025, to Dawn Windham at dawn.d.windham.ctr@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil, noting that submissions are voluntary and will not be evaluated or returned.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at enhancing the health readiness of military personnel. This procurement focuses on medical evaluation and screening services, specifically within the realm of mental health, as indicated by the NAICS code 621112. The services are critical for ensuring the well-being of service members and maintaining operational readiness. Interested vendors can reach out to Nakaura C Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the presolicitation notice.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for Biomedical Research Application Evaluation and Support Services (BRAES) to enhance the management of biomedical research applications under the Congressionally Directed Medical Research Programs (CDMRP). The procurement aims to provide comprehensive evaluation services, including compliance reviews, peer review management, and technical support, utilizing advanced systems for application submission and data management. This initiative is crucial for ensuring effective oversight and innovation in biomedical research, particularly for military personnel and the general public. Interested parties can contact Deanna Moose at deanna.s.moose.civ@health.mil or Jeanette Wolfe at jeanette.m.wolfe.civ@health.mil for further details, with proposals due as specified in the attached documents.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Long Range Acquisition Forecast FY25.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Special Notice regarding the Long Range Acquisition Forecast for Fiscal Year 2025. This forecast aims to inform the business community about upcoming procurement plans, including various contracting opportunities that will be periodically updated as priorities evolve. The DHA is focused on enhancing healthcare delivery and operational readiness for military personnel, with significant initiatives such as the Remote Health Readiness Program and Enterprise Medical Coding services, which are projected to have substantial contract values over the coming years. Interested vendors can access detailed information and subscribe to notifications on the sam.gov website, and for further inquiries, they may contact Marco A. Cypert at marco.a.cypert.civ@mail.mil or Kevin Hodge at kevin.d.hodge8.civ@health.mil.