Advanced 3D Imaging system
ID: HT9425-25-NOI-JC01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Terarecon INC. for the provision of an Advanced 3D Imaging system to enhance its Picture Archiving and Communication Systems (PACS). The primary objective of this procurement is to transition from multiple local PACS solutions to a unified enterprise-level Advanced 3D solution, which includes an integrated graphical user interface and improved interoperability among existing systems. This initiative is crucial for advancing imaging capabilities within the DHA's healthcare delivery framework, ensuring compliance with industry standards and cybersecurity measures. Interested parties must submit their capabilities statements to the Contract Specialist, Jessee Chege, via email by 12:00 p.m. ET on April 21, 2025, and must affirm their active registration in the System of Award Management (SAM).

Files
Title
Posted
The Performance Work Statement (PWS) outlines the procurement of a centralized 3D Advanced Imaging Software Solution for the Defense Health Agency (DHA)'s Radiology Picture Archiving and Communication Systems (PACS). The contractor will manage the integration of this software with DHA’s existing PACS systems from multiple vendors and enhance user experience while ensuring adherence to industry standards and cybersecurity measures. The project spans from September 5, 2025, to September 14, 2030, and aims to consolidate various systems into a standardized solution that supports advanced imaging capabilities and interoperability among existing PACS. Key objectives include effective software implementation, user training for 400 staff members across twelve sites, rigorous quality control, and compliance with the Risk Management Framework (RMF) for IT systems. The document emphasizes the contractor's responsibilities for maintaining system performance, implementing regular updates, conducting vulnerability assessments, and meeting cybersecurity requirements as part of their service maintenance agreement. The government retains all rights to materials produced under this contract, reinforcing that the solution must integrate seamlessly with current technology while significantly improving operational efficiency in the DHA’s healthcare delivery.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Orthopedic Templating Software solution for Radiology Picture and Archiving System (PACS)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking information from vendors regarding the acquisition of an Orthopedic Templating Software solution for its Radiology Picture and Archiving System (PACS). The objective is to implement a centralized software solution that integrates with existing PACS vendors, including Agfa, Fuji, and Phillips, to enhance user experience and minimize service disruptions. This initiative is critical for transitioning to a single enterprise solution that meets industry performance standards and provides necessary redundancy features. Interested parties can reach out to Nathan Anderson at nathan.p.anderson19.civ@health.mil or call 301-619-9075 for further details, noting that this is a request for information and not a solicitation for proposals.
INTENT TO SOLE SOURCE TO VARIAN MEDICAL SYSTEMS, INC.
Buyer not available
The Defense Health Agency (DHA) of the Department of Defense intends to award a sole source contract to Varian Medical Systems, Inc. for the maintenance of a Varian Linear Accelerator at the Naval Medical Center San Diego. The contract aims to ensure the operational integrity of the radiotherapy system through comprehensive maintenance services, including preventative and emergency support, in compliance with OEM specifications and regulatory standards. This initiative is crucial for maintaining high-quality patient care and minimizing equipment downtime, with a performance requirement of at least 97% uptime. Interested parties must submit capability statements by 10:00 AM Pacific Time on April 17, 2025, via email to Dernell Wade at dernell.w.wade.civ@health.mil, referencing Special Notice Number HT941025N0074.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
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.
Notice of Intent to Sole Source Virtual Reality Simulator Eyesi Surgical Complete System for Naval Medical Center San Diego
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Haag-Streit USA, Inc. for the procurement of a Virtual Reality Simulator Eyesi Surgical Complete System for the Ophthalmology and Refractive Surgery Department at Naval Medical Center San Diego (NMCSD). This acquisition aims to replace a non-functional simulator that is critical for Graduate Medical Education (GME) and patient safety, allowing residents to practice microsurgical skills in a controlled environment, thereby reducing risks associated with live surgeries. The Eyesi simulator is uniquely validated for cataract and vitreoretinal surgeries and includes a curriculum aligned with GME standards, ensuring residents receive adequate training before performing surgeries on actual patients. Interested parties may submit capability statements by January 21, 2025, with the delivery of the simulator required by March 1, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or Kennette Esguerra at kennette.m.esguerra.civ@health.mil.
FY25 STAT-DX SUBSCRIPTION
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Benning, is seeking sources for the FY25 STAT-DX Subscription, aimed at providing multi-user online subscription services for the Department of Radiology at Martin Army Community Hospital (MACH). This non-personal services contract will support a team of ten users by offering access to a comprehensive array of radiology resources, including imaging cases, differential lists, and educational materials, thereby enhancing decision-making and patient care. The contract is anticipated to have a base period of 12 months with four additional option years, and interested parties must submit their capabilities statements by 12 p.m. EST on April 21, 2025, to the designated email address of the Contract Specialist, Krista Spencer.
John Hopkins Adjusted Clinical Groups Software Renewal
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source contract for the renewal of John Hopkins Software's Adjusted Clinical Groups (ACG) licenses, which are critical for operational analytics and clinical registry needs. This procurement aims to enhance patient case management by enabling the identification of patients for preventive care and those at high risk for hospitalization, utilizing the ACG system's multi-morbidity framework for accurate risk assessments and resource utilization predictions. The contract will be a fixed price agreement with a base year and one option year, and interested parties may submit capability statements to demonstrate their eligibility; if no responses are received by the deadline, the sole source award will proceed. For further inquiries, interested parties can contact Mary Jane Pastran at MaryJane.G.Pastran.ctr@health.mil or Thomas Reese at thomas.l.reese4.civ@health.mil.
6525--DEC 2024 Equipment Only Consolidation
Buyer not available
The Department of Veterans Affairs is seeking proposals for the December 2024 Equipment Only Consolidation, specifically targeting the acquisition of medical imaging equipment, including digital radiographic systems and ultrasound machines, to enhance healthcare services for veterans. The procurement aims to replace outdated equipment and improve diagnostic capabilities across various VA facilities, ensuring compliance with stringent technical specifications and operational standards. This initiative is crucial for maintaining high-quality medical services and advancing the technological infrastructure within the VA healthcare system. Interested vendors must submit their offers by April 16, 2025, and can direct inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
Health Care Delivery IT Solutions (MHS GENESIS) Documentation
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking small businesses to provide documentation services for the MHS GENESIS electronic health record system. The primary objective is to revise and update existing technical documentation to ensure it is comprehensive and understandable for third parties, facilitating future responses to requests for proposals (RFPs) and ongoing maintenance of the system. MHS GENESIS is a complex system that integrates various health record components and serves over 9.6 million beneficiaries, making accurate documentation critical for operational efficiency and compliance. Interested parties must submit their capability statements by April 28, 2025, to the designated email address, with a maximum of seven pages for their response.