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 Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Women's Health Quality Improvement support services, specifically aimed at enhancing perinatal care within Medical Treatment Facilities serving TRICARE beneficiaries. The contract, which is a Total Small Business Set-Aside, seeks to evaluate women's health outcomes against established civilian benchmarks, thereby improving service quality and healthcare delivery for women. This initiative is critical for optimizing healthcare services and ensuring compliance with quality assurance standards, with a contract period starting December 3, 2024, and extending through October 2, 2029. Interested small businesses must submit their proposals by October 24, 2024, and 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 non-personal services contract aimed at improving Women’s Health Quality and Perinatal care. The contractor will analyze and benchmark perinatal outcomes across Military Treatment Facilities (MTFs) and civilian care facilities, comparing them to established civilian health benchmarks. Key responsibilities include providing quarterly comparative reports with metrics on financial, clinical, and quality indicators relevant to women’s health services. The scope of work encompasses the management of a database to collect, analyze, and report various women's health metrics, focusing on maternity, fetal, and neonatal data. The project's objectives involve identifying improvement opportunities, enhancing the quality of care for TRICARE beneficiaries, and ensuring compliance with quality assurance standards. Additionally, the document outlines the contractor's obligations regarding personnel management, quality control, reporting, transition periods, and adherence to cybersecurity protocols. The contract is structured in phases, with an initial 10-month period and four additional 12-month options, establishing a comprehensive framework for ongoing quality enhancements in women's healthcare services provided by DHA.
    The document HT001124R0042 outlines a pricing sheet for a Women’s Health Quality Improvement project, detailing the financial aspects over a performance period from December 3, 2024, to October 2, 2029. It specifies a series of Contract Line Item Numbers (CLINs) for project management support, material costs, and travel expenses across various phases (base year and multiple option years). Each CLIN is categorized as either Firm Fixed Price (FFP) or Not-to-Exceed (NTE), and includes estimated costs for materials and travel, with a ceiling established for travel expenditures based on historical data. The pricing structure highlights a total evaluated price for each option period, aggregating cost estimates for monthly support and materials. Notably, all material and travel costs are encapsulated within the broader Women’s Health Services CLINs, promoting comprehensive financial planning for the initiative. The document emphasizes adherence to guidelines for material costs inclusion per instructions, ensuring clarity and compliance in federal funding requirements for health services improvement. Overall, this RFP is structured to invite proposals from organizations with an emphasis on budget transparency and adherence to established costs in health service delivery.
    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 document outlines the federal government's request for proposals (RFPs) and grants, focusing on enhancing program effectiveness through cooperative partnerships. It emphasizes stakeholders' collaboration, detailing criteria for proposal submissions and evaluation processes. Key areas of interest include funding priorities, expected outcomes, and compliance requirements. The document structures RFP guidelines, highlighting deadlines, eligibility, and the importance of addressing community-specific needs. It urges applicants to align their proposals with federal goals and demonstrate measurable impacts. By fostering partnerships across government and local agencies, the initiative aims to optimize resource allocation and improve service delivery in targeted sectors, reflecting the government's commitment to transparency and stakeholder engagement in grant funding.
    The Women’s Health Quality Improvement RFP (Solicitation No. HT001124R0042) seeks proposals for a Firm-Fixed Price contract to evaluate women's health and perinatal care within various Medical Treatment Facilities serving TRICARE beneficiaries. Issued on September 24, 2024, and due for submission by October 24, 2024, this solicitation is specifically set aside for small businesses, with a NAICS code of 541611 for Administrative Management and Consulting Services. The anticipated contract entails a 10-month base period starting December 3, 2024, with four additional 12-month option periods, ending October 2, 2029. The contract aims to analyze women's health outcomes compared to established civilian benchmarks, enhancing service quality. Offers must align with specified FAR provisions, ensuring compliance with federal regulations. The location for delivery and performance is the Defense Health Agency in Falls Church, VA. This RFP represents a strategic initiative to improve healthcare services for women, utilizing external performance assessments to drive quality improvements across numerous facilities. Attention to economic thresholds and small business engagement underscores government efforts to enhance health services while promoting local economies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Patient Safety Specialist services at Medical Treatment Facilities throughout the U.S.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking potential sources to provide non-personal Patient Safety Specialist services at Medical Treatment Facilities across the United States. The requirement includes filling 15 full-time positions, with a performance period from November 1, 2024, to February 28, 2025, following the current contract held by Synensys, LLC. These services are critical for ensuring patient safety and quality care within military healthcare facilities. Interested parties must submit a capability statement to Justin Robertson at justin.d.robertson12.civ@health.mil by 9:00 AM ET on October 10, 2024, as this notice is not a request for competitive proposals.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals for Contracting and Acquisition Support Services (CASS) through a Request for Proposals (RFP). This procurement aims to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract valued at up to $225 million, intended to enhance operational efficiency and ensure mission success by streamlining the contracting process. The contract will run from February 15, 2025, to February 14, 2030, and is set aside for small businesses under FAR 19.5. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is seeking quotations for pharmaceutical agents as part of the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) to support the Military Health System (MHS). This procurement is mandated by law to establish an effective pharmacy benefits program, which includes evaluating the clinical and cost-effectiveness of various pharmaceutical agents for inclusion in the DoD Uniform Formulary. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting is scheduled for November 6-7, 2024, where newly approved drugs will be reviewed, and quotes are due by October 16, 2024. Interested parties should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julia Trang at julia.n.trang.civ@health.mil for further details.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    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.
    Web and Mobile Services Development and Sustainment
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking small businesses to provide web and mobile services development and sustainment for the Defense Health Agency (DHA) within the Military Health System. The procurement aims to identify vendors capable of delivering secure, scalable web and mobile applications, with a strong emphasis on compliance with security standards, including Common Access Card (CAC) authentication. This initiative is crucial for enhancing the digital infrastructure of the Military Health System, ensuring effective project management, database support, and ongoing customer assistance. Interested parties must submit their responses by October 1, 2024, and can contact Katie Couch-Oliver at emily.k.couch-oliver.civ@mail.mil or Talitha Schmelzer at talitha.k.schmelzer.civ@mail.mil for further information.
    Contracting and Acquisition Support Services (CASS) - Pre-Solicitation Conference
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract for Contracting and Acquisition Support Services (CASS), valued at up to $225 million. This contract aims to provide cohesive and integrated support services essential for the DHA's operational requirements, ensuring efficient management of contracting processes and adaptability to changing needs. The selected contractor will play a critical role in streamlining workflows and enhancing efficiency, as the DHA has determined that a single contractor is necessary to prevent disruptions associated with multiple-award contracts. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information, with the contract period running from February 15, 2025, to February 14, 2030, and a possible extension thereafter.
    Microtome Units Equipment Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance services for microtome units at the Naval Medical Center in Portsmouth, Virginia. The contract, identified by Solicitation Number HT940624Q0089, involves the maintenance and repair of eight microtome units, including annual preventative maintenance and corrective services, with a contract period from February 1, 2025, to January 31, 2030, and options for renewal for an additional four years. This procurement is critical for ensuring the continuous operation of essential medical equipment used in Navy operations, and proposals must reflect a commitment to supporting small businesses, particularly service-disabled veteran-owned and women-owned small businesses. Interested vendors should contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details and must submit their proposals in the specified format by the deadline outlined in the solicitation.
    Health Technology Capability Statement Collection
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Information (RFI) to collect contractor capability statements related to Defense Health Information Technology (IT). This initiative aims to evaluate vendors' capabilities as the sector evolves with emerging technologies, particularly focusing on the integration of Artificial Intelligence (AI) to enhance procurement decisions for fiscal year 2025. The RFI emphasizes the importance of fostering innovation and industrial health within the Defense Health IT sector, encouraging contractors to submit existing materials that outline their experience, skills, and relevant certifications in PDF format. Interested parties must submit their capability statements by December 31, 2024, at 11:59 PM Eastern Time, and can contact Sharjeel Javaid at sharjeel.j.javaid.civ@health.mil for further information.
    DHA Vendor Day Remaining schedule For 2024
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEFENSE HEALTH AGENCY (DHA): DHA Vendor Day Remaining schedule For 2024 The Department of Defense's Defense Health Agency (DHA) has announced the remaining schedule for the MHS Vendor Day events at Fort Detrick in 2024. These events aim to showcase and demonstrate various services and items related to healthcare and operational needs. The upcoming Vendor Day events are as follows: June 26, 2024: Vendor Day Focused on Automation Guided Vehicles (Robot Carts) Demo. This event will provide an opportunity to learn about and experience automation guided vehicles, specifically robot carts. Sign-up for this event can be done through the provided link: Eventbrite Link. September 25, 2024: Vendor Day Focused on First Responders. This event will focus on services and items relevant to first responders. Sign-up for this event can be done through the provided link: Eventbrite Link. October 30, 2024: Vendor Day Focused on Operational/Hospital Radiology Systems Demo. This event will showcase operational and hospital radiology systems. Sign-up for this event can be done through the provided link: Eventbrite Link. December 4, 2024: Vendor Day Focused on Oxygen Generation for Hospitals/Operational. This event will highlight oxygen generation systems for hospitals and operational purposes. Sign-up for this event can be done through the provided link: Eventbrite Link. For any questions or further information, interested parties can contact the DHA Vendor Day Inbox at dha.ncr.DHA-Med-Log.mbx.dha-vendor-day@health.mil or reach out to Steve Burrows at Judson.s.burrows.civ@health.mil.
    DoD Combat Readiness - Medical, Translational Research Award
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE Combat Readiness - Medical, Translational Research Award: The Department of Defense (DoD) is soliciting extramural research and development ideas through the Congressionally Directed Medical Research Programs (CDMRP) Fiscal Year 2024 Combat Readiness—Medical Research Program (CRRP) Translational Research Award (TRA). This Broad Agency Announcement (BAA) aims to fund research projects that are not related to the development of a specific system or hardware procurement. The research and development funded through this BAA is expected to benefit both military and civilian medical practice and knowledge. The BAA provides detailed information on the CRRP, evaluation criteria, and proposal/application preparation instructions. Extramural applicants, such as academic institutions, biotechnology companies, foundations, and research institutes, are eligible to apply. The submission process involves pre-proposal/pre-application submission through the electronic Biomedical Research Application Portal (eBRAP) and application submission through Grants.gov. The BAA can be downloaded from Grants.gov using the opportunity number HT9425S24CRRPTRA. For more information, refer to the provided link. The primary point of contact is the CDMRP Help Desk, reachable at help@eBRAP.org or 301-682-5507.