Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
ID: HT001125RE019Type: Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the "Defense Health Agency Data Governance Transforming the Data Landscape" project, aimed at enhancing healthcare readiness for military personnel. The procurement focuses on implementing a VAULTIS-guided framework to improve data governance, management, and interoperability, addressing operational inefficiencies and cyber vulnerabilities within the DHA's data systems. This initiative is critical for ensuring effective decision-making and innovation in military healthcare, with a contract performance period from September 30, 2025, to September 29, 2026. Interested parties must submit their proposals by September 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Linda M. Walker or Andrea V. Rivas via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the pricing structure and requirements for a solicitation related to Data Governance. It details labor categories, full-time equivalents (FTEs), hours, and rates for a base year (CLIN 0001: Objectives 1-6 & 10) and three option CLINs (0002: Objective 7, 0003: Objective 8, and 0004: Objective 9). The document specifies that labor categories are placeholders and contractors must adjust them based on their basis of estimate and the Statement of Objectives. A key requirement is that offers from teams must blend labor rates for team members within the same labor category and CLIN, presenting a single, cohesive pricing structure in an editable Microsoft Excel spreadsheet with specific columns: labor category, blended sell rate, hours, and calculated amount. The file explicitly states that only single entities will be accepted, though offerors can reflect rate buildup (including blended rates) on a separate tab. All offers must include a completed pricing sheet, labeled "Pricing Sheet," as an unlocked and editable Excel worksheet, along with a detailed basis of estimate. Deviations, exceptions, or conditional assumptions to the solicitation's terms will render an offer unacceptable.
    The Defense Health Agency (DHA) seeks to establish a robust data governance framework guided by the DoD Data Strategy's VAULTIS goals (Visible, Accessible, Understandable, Linked, Trusted, Interoperable, Secure). This initiative addresses the challenges of fragmented data systems within DHA, which lead to operational inefficiencies, cyber vulnerabilities, impeded decision-making, and barriers to innovation. The project aims to transform DHA’s data landscape into a unified, secure, and intelligent ecosystem by implementing a comprehensive data inventory, establishing a DHA Enterprise Data Catalog (DHA-EDC), and managing metadata effectively. Key objectives include conducting an Analysis of Alternatives for Data Inventory Management System (DIMS) software solutions, evaluating federated governance and workforce readiness, and testing a prototype data mesh architecture to support AI/ML readiness. Deliverables encompass a DIMS, a comprehensive data dictionary, an AoA report, a DHA-EDC, a metadata management process, and various reports on governance, training, metadata harvesting, data product lifecycle, infrastructure, self-service usability, reusable components, and AI/ML integration. The successful execution of this framework is critical for improving patient care, enhancing operational readiness, mitigating risks, optimizing costs, and enabling future technologies for the DHA.
    This document outlines a 'Present and Performance Questionnaire' (HT 001125 R E019, Attachment 0 2) designed to evaluate contractor performance for federal government RFPs, grants, and state/local RFPs. It requires detailed reference information, including company details, contact person, contract number, value, and period of performance. The questionnaire includes an evaluation key with ratings from Poor/Unsatisfactory to Excellent, and a 'Neutral' option for unavailable information. Contractors are assessed on compliance with delivery schedules, business practices, adherence to contract requirements, and quality of work. Specific questions address capabilities in developing searchable metadata repositories, data governance, measuring data quality compliance, and evaluating data mesh for AI/ML support. The overall compliance with terms and conditions, commitment to customer satisfaction, and general performance are also rated. The final question asks if services would be purchased again. Completed surveys are to be returned to specified email addresses.
    This government file outlines pricing requirements for an RFP, focusing on labor categories and cost breakdowns. It specifies that contractors must adjust placeholder labor categories to align with their basis of estimate and the Statement of Objectives. A key instruction is for offerors with teaming arrangements to blend labor rates for the same labor category and CLIN, presenting a single, cohesive price per CLIN. The pricing sheet must be an unlocked, editable Microsoft Excel worksheet detailing labor categories, blended sell labor rates, hours, and calculated amounts. The offer must include a detailed basis of estimate, and prices should not include assumptions that alter the solicitation's terms or CLIN structure.
    The provided file outlines a standard question-and-answer format, common in government procurement documents such as RFPs, federal grants, and state/local RFPs. This structure is designed to facilitate clear communication between the issuing agency and potential bidders or grantees. It systematically organizes inquiries and corresponding responses, ensuring all parties have a consistent understanding of requirements, specifications, and expectations. This format is crucial for maintaining transparency, addressing ambiguities, and providing essential information necessary for developing compliant and competitive proposals or applications. The file's simplicity suggests it serves as a foundational template for gathering and disseminating clarifications during the pre-award phase of a government project.
    The Defense Health Agency (DHA) seeks to transform its data governance and management through a VAULTIS-guided framework to overcome fragmented data systems. This initiative addresses operational inefficiencies, cyber vulnerabilities, impeded decision-making, and barriers to innovation. The core objectives include establishing a comprehensive data inventory and catalog (DHA-EDC), conducting an Analysis of Alternatives (AoA) for software solutions, and implementing robust metadata management, leveraging AI/ML. The project also focuses on maturing the DHA Enterprise Data Mesh prototype by evaluating federated governance, testing data product lifecycles, and assessing AI/ML integration. Key deliverables encompass a DIMS, searchable data dictionary, AoA report, and various playbooks and assessment reports, all aimed at enhancing data quality, security, accessibility, and interoperability to support DHA's mission of healthcare and military readiness.
    The document compiles 566 questions and references related to a federal government Request for Proposal (RFP) identified as HT001125RE019, focusing on a DHA Enterprise Data Mesh Prototype. Key themes revolve around technical capabilities, past performance, and pricing. Offerors seek clarification on staffing levels, budget ranges, and evaluation criteria, including the weighting of technical, past performance, and price factors. There's a significant focus on the scope of work for various objectives, such as metadata management, data harvesting, governance, and AI/ML integration, with numerous questions highlighting discrepancies between the Statement of Objectives (SOO) and evaluation criteria. Additionally, offerors frequently request extensions to the proposal due date due to the complexity and volume of requirements, especially for small businesses. Other recurring questions concern subcontractor past performance requirements, the page limits for proposal volumes, the expected scope of training and user acceptance testing, and the integration with existing DHA systems and security frameworks. The document also addresses inquiries about existing DHA data solutions, the potential for conflicts of interest for AoA contractors, and the alignment of pricing sheets with CLIN structures.
    The Defense Health Agency (DHA) has issued Solicitation Number HT001125RE019 for Women-Owned Small Businesses (WOSB) to provide services for "DHA Data Governance: Advancing a VAULTIS-Guided Framework for Healthcare and Readiness." This Request for Proposal (RFP), with a NAICS code of 541512 and a size standard of $34,000,000.00, seeks proposals due by September 19, 2025, at 10:00 AM Eastern Time. The contract involves services supporting objectives 1-6, 7, 8, and 10 of the Statement of Objectives for a 12-month period of performance from September 30, 2025, to September 29, 2026. Key requirements include compliance with various FAR and DFARS clauses, particularly regarding electronic invoicing via Wide Area WorkFlow (WAWF) using the "Invoice 2in1" document type and adherence to subcontracting limitations where similarly situated entities perform specified percentages of the work. Questions regarding the solicitation are due by September 11, 2025, and responses will be posted by September 15, 2025.
    Amendment HT001125RE0190001 modifies solicitation HT001125RE019, issued by the DEFENSE HEALTH AGENCY, effective September 8, 2025. The amendment extends the deadline for questions to September 11, 2025, at 11:00 Eastern Time, stipulating that only questions submitted on the attached form will be considered. Additionally, it revises Option Line Item 0004 under "Supplies or Services & Prices or Costs," changing the description from "Services in support of SOO Objective 8" to "Services in support of SOO Objective 9." All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to solicitation HT001125R0019 for the Defense Health Agency's Data Governance project outlines several key changes. It restates Section B revisions regarding Option Line Item 0004 for Objective 9 services, adds new FAR and DFARS clauses by reference, and includes additional language to FAR 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation). Furthermore, FAR 52.212-3 is provided in full text for offeror fill-in, and PD 03-03, Rev 0001, concerning improper business practices, is added. The amendment also revises Attachments 1 (Statement of Objectives) and 3 (Pricing Sheet) and provides responses to questions. Offerors must submit proposals electronically by September 19, 2025, at 10:00 am Eastern Time, with no further questions accepted after September 11, 2025. Proposals should include a Cover Letter and three volumes: Technical Capability (40 pages), Past Performance (12 pages), and Price (unlimited). The evaluation will be based on a best-value continuum, considering technical approach, past performance, and price, with a minimum acceptable rating for technical and satisfactory confidence for past performance required for award consideration.
    Amendment 0002 to solicitation HT001125RE019, issued by the Defense Health Agency, modifies an existing solicitation for professional services. Key changes include restating a Section B revision for Option Line Item 0004, adding several FAR and DFARS clauses (52.204-13, 52.204-18, 52.243-1, 252.243-7001, 252.243-7002), and incorporating PD 03-03, Rev 0001 regarding improper business practices. Additionally, the amendment revises Attachment (1) Statement of Objectives and Attachment (3) Pricing Sheet. It also includes responses to questions received by September 11, 2025, noting that no further questions will be entertained due to time constraints. Offers must acknowledge this amendment to avoid rejection.
    This amendment (HT001125RE0190003) to a solicitation corrects errors in a previous amendment (0002) for a federal contract by the Defense Health Agency. Key changes include clarifying that only one award will be made for this acquisition, updating the Contract Specialist's email address to Andrea.V.Rivas.civ@health.mil, correcting the page limit for Past Performance Questionnaires to twelve pages, and reaffirming the intent to award a single contract. These administrative corrections ensure consistency across the solicitation documents for the contract, which was originally dated September 5, 2025, and issued by the Professional Services Contracting Division.
    This amendment to Solicitation HT001125RE0190004 outlines revised requirements for teaming and past performance submissions, as well as pricing for proposed teams. Offerors can submit up to two Past Performance Questionnaires (PPQs) from the prime and one from a subcontractor or teaming partner. If a subcontractor or teaming partner PPQ is submitted, the government must be able to validate that they will perform at least 40% of the total annual contract value. For pricing, offerors with multiple team members in the same labor category must submit a blended labor rate, calculated by weighting each team member's rate by their proposed level of effort. Pricing should be presented cohesively in a single editable Microsoft Excel spreadsheet, with specific columns for labor category, blended sell labor rate, hours, and calculated amount. Supporting details can be included in separate tabs within the same Excel file.
    This document, Amendment/Modification Number HT001125RE0190005, issued by the Defense Health Agency, serves to cancel Solicitation HT001125RE0019, effective September 30, 2025. It also outlines procedures for acknowledging amendments to solicitations and modifications to contracts. Key administrative changes include an extension of the response due date for the original solicitation from September 19, 2025, to September 30, 2025, and an adjustment of the response due time from 10:00 AM to 04:00 PM. The document emphasizes that all other terms and conditions of the referenced solicitation or contract remain unchanged.
    Similar Opportunities
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Buyer not available
    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.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    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.
    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.
    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.
    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.
    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 quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) for pharmaceutical agents to be included in the DoD Uniform Formulary (UF). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on oncological agents for myelofibrosis and antihemophilic agents, with evaluations based on clinical and cost-effectiveness. Interested vendors must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    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.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.