Strategic Advisor Support (SAS) Services- Request for Proposals (RFP)
ID: HT001524R0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DHA ENTERPRISE MED SUPPORT EMS-CDFORT SAM HOUSTON, TX, 78234, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: CONTRACT/PROCUREMENT/ACQUISITION SUPPORT (R707)

Set Aside

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

    The Defense Health Agency (DHA) is seeking proposals for Strategic Advisor Support (SAS) Services under Solicitation Number HT001524R0021, aimed at enhancing the operations of its medical systems and information technology divisions. The procurement requires contractors to provide full-time equivalent (FTE) positions in various advisory roles, including Strategic Advisor Support and Multi-Sourcing Integration Acquisition Advisors, to ensure compliance with federal acquisition regulations and support the Military Health System's objectives. This contract is critical for delivering integrated and high-quality health services to military personnel and their families, with a performance period of 12 months and options for four extensions. Interested vendors must submit their proposals by September 5, 2024, and can direct inquiries to Mallory Vasquez at mallory.m.vasquez.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation HT0015-24-R-0021 for Strategic Advisor Support (SAS) Services, detailing proposal submission instructions and evaluation criteria for potential contractors. It emphasizes that offerors must hold their proposal prices firm for 180 days and submit a single proposal that adheres to specific formatting guidelines, including six distinct volumes covering various components such as summary information, price, employee compensation, technical information, an organizational conflict of interest mitigation plan, and past performance references. Each volume has prescribed page limits, with separate instructions for content and submission processes. Key details include requirements for a transition plan, management approach, and evidence of past performance, which should reflect customer satisfaction and corrective actions taken for any substandard performances. The document also specifies deadlines for proposal submissions and responses to inquiries, underscoring the importance of compliance with federal regulations throughout the process. This solicitation highlights the Government's need for comprehensive support to ensure efficient contract execution and performance continuity.
    The Strategic Advisor Support (SAS) Solicitation HT0015-24-R-0021 outlines instructions for offerors submitting proposals, emphasizing that offers must remain valid for 180 days and each proposal consists of five distinct Volumes covering various aspects such as summaries, prices, technical specifications, OCI mitigation, and past performance. It specifies page limits, submission formats, and the evaluation process, noting that the government may conduct discussions with offerors and reserves the right to reject any proposals. Additionally, it details the necessary documentation and clarifications required during the proposal preparation and submission process, including deadlines for questions and proposals.
    The file outlines the solicitation for Strategic Advisor Support (SAS) Services, specifically solicitation HT0015-24-R-0021. The government intends to award a contract based on a competitive evaluation that prioritizes past performance over price, with several factors assessed: Technical, Price, Employee Compensation, Organizational Conflict of Interest (OCI), and Past Performance. Technical and Employee Compensation are evaluated as Acceptable or Unacceptable, while Past Performance holds significant weight during the evaluation process. The evaluation criteria include the management and transition plans of the offerors, total evaluated price, sufficiency of employee compensation, and the acceptability of OCI Mitigation Plans. Past performance is examined through references and independent data, focusing on recency and relevancy, and is rated accordingly. The government aims to award the contract without discussions unless necessary. Ultimately, the best value to the government will be determined through careful consideration of technical quality, fair pricing, acceptable employee compensation, and a feasible OCI plan. The solicitation reflects the government’s commitment to selecting qualified vendors based on a comprehensive assessment of their capabilities and performance history.
    FAR 52-212-2 outlines the evaluation process for contract awards focused on commercial products and services, emphasizing that past performance is significantly more important than price. Proposals will be assessed on a technical basis (acceptable/unacceptable) alongside factors such as management approach, transition feasibility, pricing evaluation, and organizational conflict of interest mitigation. The government intends to award contracts without discussions, selecting the offeror demonstrably providing the best value based on the prescribed criteria.
    The document outlines instructions and detailed pricing information for a government Request for Proposals (RFP). It specifies a structured spreadsheet format for bidders, highlighting sections designated in yellow for data entry and in blue for evaluated pricing. The total evaluated price is calculated based on predetermined labor categories and full-time equivalents (FTEs), which include multiple service categories such as strategic advisor support and multi-sourcing integration, totaling an evaluated price of $129,250. The pricing structure includes various option periods with a consistent base price of $23,500 for each, and specific line item numbers (CLINs) are assigned to different tasks. The document emphasizes the restriction against altering the labor mix and ensures that travel and training costs are entered with exact amounts subject to reimbursement limits. The guidance provided is aimed at ensuring compliance and clarity in the bidding process for government contracts, highlighting the importance of accurate calculations and adherence to the outlined structure for timely evaluation and award decisions.
    The instructions detail that data should only be entered into the YELLC cells of the spreadsheet for an upcoming government contract, where the number of Full-Time Equivalents (FTEs) has already been established. Users must input their names and unit prices into designated cells, while the spreadsheet automatically calculates total prices and ensures compliance with the specified labor mix. Additionally, the document outlines various Contract Line Item Numbers (CLINs) associated with different roles and specifies limits on reimbursement for travel and training costs.
    The document outlines requirements for responding to federal Requests for Proposals (RFPs) regarding proposed hourly rates for various labor categories. Offerors must populate a worksheet with their direct hourly rates, ensuring these rates do not fall below specified minimum thresholds outlined in the Labor Category Minimum Compensation Matrix. If an offeror proposes rates below these minimums, they must provide non-monetary compensation details to justify the lower wages. The government will evaluate whether these additional benefits effectively secure and retain qualified employees. Standard benefits for Federal Government employees under the GS Pay System are referenced as a benchmark. The document emphasizes compliance with monetary compensation standards and states that inaccuracies in wage justification may render offers ineligible for award.
    The document outlines instructions for submitting direct hourly wage proposals in response to government RFPs. Offerors must populate designated worksheet cells with their proposed wage rates for various labor categories, ensuring these rates meet or exceed specified minimums. If a proposed rate falls below the minimum, offerors must provide non-monetary benefits to justify the reduced wage in order to attract and retain qualified employees. The document stipulates that mere claims of incorrect minimum wage listings are unacceptable and will render offers ineligible for award. The detailed compensation structure includes specific proposed rates for various roles, such as Strategic Advisor Support and multiple Acquisition Advisor positions, which all meet or exceed the necessary minimum rates as outlined. This process emphasizes maintaining competitive compensation to ensure adequate staffing in federal projects.
    The document outlines the necessary steps for contractors to populate a worksheet with minimum hourly compensation rates for various labor categories, ensuring calculations are accurate and consistent with government guidelines. It emphasizes that if any proposed base hourly rates fall below the government's hourly matrix, contractors must provide additional non-monetary compensation details, and supports a justification for any deviations from established compensation standards. Additionally, it presents specific labor categories and minimum direct hourly rates that contractors must adhere to.
    The file focuses on mitigating organizational conflict of interest (OCI) in a government contract. It outlines requirements for contractors to submit a detailed OCI Mitigation Plan. This plan is a comprehensive roadmap, encompassing corporate commitment, organizational charts, and a list of the contractor's existing contracts with the government. It also ensures that processes are in place for managing the plan, including training, document control, and annual certification. Essentially, the government seeks to procure a rigorous OCI Mitigation Plan, ensuring compliance, transparency, and the safeguarding of sensitive information throughout the contract's duration.
    The focus of this procurement is assessing the past performance of potential contractors. The assessment aims to gather detailed information about their ability to staff projects, meet deadlines, comply with contract objectives, and manage key personnel. The questionnaire seeks ratings and comments from previous customers, program managers, or contracting officers. This information will play a crucial role in deciding the award of future federal contracts. Offerors must provide details of relevant past contracts, including nature, value, and completion dates, along with labor category details. The evaluation of contractors will consider their performance quality, schedule adherence, customer satisfaction, management capabilities, and cost effectiveness. The contractor selection will be based on the comprehensive past performance data collected, with an emphasis on factual and accurate information.
    The Defense Health Agency seeks to procure IT implementation support and strategic advisory services for military medical facilities. The focus is on ensuring seamless electronic healthcare documentation and enhancing the usability of the military's Electronic Health Record (EHR) system. The agency aims to monitor and assess the contractor's performance objectively, using a Quality Assurance Surveillance Plan (QASP). This plan outlines procedures for evaluating the contractor's delivery against requirements. The successful vendor will provide guidance and direction for IT implementation, acquisition support, and compliance with acquisition timelines. They must also foster effective communication and partnering relationships with other contractors and clients. The procurement's key personnel roles and responsibilities are detailed, including those of the Program/Project Manager, Contracting Officer, and Contracting Officer's Representative. Surveillance methods, performance requirements, and evaluation criteria are specified, with a target of 99% performance success rate. Critical to this procurement are the contractor's timely provision of acquisition support and their ability to establish positive working relationships. The evaluation process will prioritize these aspects.
    The Defense Health Agency (DHA) seeks to streamline its new employee onboarding process through this comprehensive handbook. The primary objective is to facilitate a seamless integration for incoming staff, ensuring they are equipped with the necessary resources and access required to perform their roles effectively. The handbook provides an overview of the DHA's mission and structure, with a detailed focus on the Component Acquisition Executive (CAE) division, specifically outlining its vision, mission, and values. The document serves as a comprehensive guide, offering practical insights to expedite the onboarding process for both government civilians and contractor personnel. It covers essential procedures, including security clearances, access card issuance, network and systems access, facility entry, and required training, aiming to enhance efficiency and minimize delays. This handbook also serves as a valuable reference for essential forms, processes, and points of contact for various DHA departments. Appendices include checklists, system requirements, forms, time card codes, resource links, and key contact details, ensuring new employees can navigate the organization and quickly become productive. Key dates are implicit in the time-sensitive nature of the procedures outlined, with emphasis on efficient onboarding to facilitate a swift transition into the workplace. The evaluation of employees is an ongoing process, with performance plans and individual development goals playing a crucial role in assessing productivity and career progression. Overall, this file outlines a comprehensive employee onboarding strategy, prioritizing efficient access to resources and clear communication to ensure a positive and timely integration into the DHA CAE division.
    The primary objective of this procurement is to acquire comprehensive staffing support and acquisition services. The government agency seeks a contractor to fulfill Full Time Equivalent (FTE) requirements, ensuring prompt availability within 30 days of award or vacancy. The focus is on maintaining a responsive and efficient workforce. Specific performance thresholds are outlined, emphasizing promptness and quality. The AQL, or Acceptable Quality Level, is set at a maximum error rate, with inspection methods specified for each performance requirement. The scope encompasses various tasks. The contractor is responsible for providing staffed key personnel, acquisition support, and strategic advice. This includes helping with compliance and timelines related to acquisition, as well as delivering timely and accurate services and products by following established project plans and quality control procedures. Additionally, the contractor will be required to foster partnerships with other contractors and communicate regularly with clients, ensuring the provision of updates, status reports, and issue resolution. The contractor will be held accountable through rigorous evaluation criteria, primarily focused on achieving the stated performance objectives at the specified acceptable quality levels. The contract type and value are not explicitly mentioned in the provided information. However, the emphasis on performance and quality suggests a firm-fixed-price contract, with the potential for a significant financial value given the comprehensive nature of the services sought. Key dates are centered around submission deadlines, with expectations to achieve the FTE requirements within 30 days of the award and respond to vacancies within the same timeframe. The rigorous performance standards and quick turnaround times indicate a sense of urgency and the importance placed on timely delivery.
    The Defense Health Agency (DHA) has issued a guide for Facility Security Officers (FSOs) to request Contractor Common Access Cards (CAC). This process replaces the outdated Standard Form 33 and is essential for affiliated volunteers, DoD contractors, foreign affiliates, and other non-DoD personnel seeking CACs. The guide specifies the detailed information required for each applicant, including ID type, name, birthdate, and work details. FSOs must complete the DMDC_TASS_ApplicationForCAC.xls spreadsheet with this data and submit it securely to the DHA TASS mailbox. Notably, applicants must have an active investigation status in JPAS and be approved by a TA before receiving their CACs. This procedure aims to streamline high-volume applications and reduce processing times.
    The Defense Health Agency (DHA) Contractor Common Access Card (CAC) Request Process Handbook outlines the updated procedures for sponsoring and managing Department of Defense (DoD) credentials through the Mission Partner Identity Credential and Access Management (MP-ICAM) application. This handbook, part of a broader effort to streamline security and access processes, allows various applicants—including DoD contractors and non-federal agency personnel—to apply for CAC sponsorship. The document details the responsibilities of the Facility Security Officer (FSO) and Contracting Officer Representative (COR) in accurately completing an Excel application spreadsheet, and it emphasizes the significance of maintaining current background investigations through the DHA's National Background Investigation Services (NBIS). The handbook specifies guidelines for completing the CAC application, including specific data fields, the correct format for entries, and instructions for submission to the DHA MP-ICAM mailbox. Upon approval of the application, applicants will be notified with further instructions to obtain their CAC. Overall, this handbook is a crucial resource for ensuring compliance and efficiency in the credentialing process within the DoD framework.
    The procurement objective of this RFP revolves around designing and delivering mandatory training modules for employees of the Defense Health Agency (DHA). The focus is on creating a comprehensive training curriculum to ensure DHA civilians, contractors, and military personnel receive uniform training in various areas. The training topics are diverse and cover areas such as cybersecurity, HIPAA regulations, safety protocols, records management, anti-harassment policies, and diversity leadership. These modules will be delivered online, with some requiring instructor-led sessions. Contractors will need to collaborate with DHA to finalize the training curriculum, ensuring it aligns with the agency's requirements. The scope includes annual training mandates and the development of new courses, indicating a long-term partnership. Although specific contract details aren't mentioned, the nature of the procurement suggests a comprehensive contract for training services, potentially spanning several years. The RFP likely seeks a partner to manage and deliver these mandatory training programs, covering a wide range of regulatory and professional development topics.
    According to Exhibit F, the government agency seeks regular delivery of specific reports and documents from the contractor. Key deliverables include trip reports, Department of Homeland Security (DHS) Common Access Card (CAC) requests, and training certificates. These are to be submitted to the Contracting Officer's Representative (COR) in specified formats and within defined timelines, such as 30 calendar days after contract award. The contractor is expected to exercise discretion in preparing the reports, which must adhere to certain performance progress requirements and utilize government-provided templates. These exhibits and deliverables correspond to sections of the PWS (Performance Work Statement), notably Sections 1.8, 1.11, and 5.4.3, indicating a comprehensive approach to monitoring and documenting performance.
    The Department of Defense's Defense Health Agency is soliciting a non-personal services contract for Strategic Advisor Support (SAS) to enhance the operations of the Program Executive Office Medical Systems and the Chief Information Officer's divisions. This contract, under Solicitation Number HT0015-24-R-0021, requires the contractor to provide comprehensive support including strategic acquisition services, management guidance, and oversight of Information Technology implementation across Military Medical Treatment Facilities. The contractor's role encompasses compliance with federal acquisition regulations, development of new strategies, and training for Defense Health Agency personnel. The project has a performance period of 12 months, with four potential extensions, and will take place at government sites in Virginia and Texas. The contractor will also be involved in organizational conflict management, personnel security, and data rights while ensuring compliance with data protection regulations and quality assurance through systematic performance evaluations. Overall, the SAS services are designed to strengthen the Department's IT capabilities and support its goals within the Military Health System.
    The Performance Work Statement (PWS) outlines a contract for Strategic Advisor Support (SAS) services to assist the Defense Health Agency's Program Executive Office for Medical Systems (PEO MS) and its divisions, focusing on enhancing acquisition strategies and complying with IT regulations. The contractor is responsible for providing a range of support services, including strategic advice on procurement, multi-sourcing integration, and training for staff, with strict adherence to security and oversight requirements while facilitating contractor personnel's access to government facilities and systems. The contract spans one year with four optional extensions and encompasses specific performance metrics and qualifications for personnel involved in the program.
    The Defense Health Agency seeks industry feedback on its Strategic Advisor Support (SAS) Services RFP. Responses are requested by 8 AM, Central Time, 2024, using a specified Excel form. This market research aims to improve the final RFP, with potential contractors recommended to exercise caution when sharing proprietary information. The focus is on obtaining targeted, non-confidential insights to assist in shaping the forthcoming official solicitation.
    The government seeks strategic advisory and acquisition support services in accordance with the Performance Work Statement (PWS). This RFP outlines a requirement for various Full-Time Equivalents (FTEs) of Strategic Advisors and Multi-Sourcing Integration (MSI) Acquisition Advisors. The services are divided into several items or CLINs, including base requirements and optional extensions. The primary focus is on delivering expert advice and supporting the government's acquisition processes, with travel requirements as needed. The contract is envisioned as a firm-fixed-price arrangement, with options for renewal. CLINs 0001 to 0004 and 1001 to 1004 are for one-year terms, while CLINs 2001 to 2004 and 3001 to 3004 are optional extensions, also for one year each. CLIN 0005 and 1005, meanwhile, cover travel expenses for periodic travel as directed by the government, using the lowest-cost mode of transportation commensurate with mission requirements. These travel CLINs are not-to-exceed and are direct reimbursable, with all travel approved in advance. The RFP specifies that contractors must comply with numerous clauses and provisions from the Federal Acquisition Regulation (FAR), incorporated by reference, which cover a range of topics from whistleblower protections to restrictions on certain telecommunications services. Additionally, contractors must adhere to the provisions related to the Federal Acquisition Supply Chain Security Act (FASCSA). Offerors should submit their proposals by 01:00 PM on the 5th of September, 2024, as outlined in the solicitation.
    The document serves as an amendment to a government solicitation/modification of a contract. It outlines several critical updates, primarily shifting the deadlines for questions and proposals to October 17 and November 8, 2024, respectively. Key modifications involve revisions to the Performance Work Statement (PWS), restructuring of Contract Line Item Numbers (CLINS), and updates to pricing and employee compensation matrices. Each CLIN description has been altered to clarify roles and responsibilities related to acquisition advisory services, now specifying “Optional Acquisition Advisor” and denoting travel requirements with a "not-to-exceed" constraint. Additionally, new CLINs have been introduced to expand the scope of required advisory services under the Strategic Advisor Support framework. The delivery schedules and inspection/acceptance criteria have also been refined to ensure compliance with upcoming project timelines and government protocol. Overall, this amendment reflects an effort to streamline government contracting processes and enhance service delivery through clear stipulations and updated financial frameworks, emphasizing the government's commitment to effective and transparent contract management.
    The document comprises an amendment to a federal solicitation and modification of a contract, specifically referencing solicitation number HT001524R0021, with an amendment numbered 0002. The amendment alters certain terms of the contract, as outlined in the original solicitation, with revisions specified in sections 5.1 and 5.2.3 of the Performance Work Statement (PWS). The amendment extends the deadline for the receipt of offers. Contractors are required to acknowledge receipt of the amendment through various methods prior to the specified deadline. The amendment is issued by the DHA Contracting Office and the modifications pertain to administrative changes, emphasizing compliance with the Federal Acquisition Regulation (FAR). The purpose of this document is to formalize changes necessary for clarity and adherence to contract obligations, ensuring transparency and compliance in government contracting processes.
    This document is an amendment to a solicitation for a federal contract, specifically modifying Contract ID HT001524R0021. The amendment includes changes to the minimum direct hourly rate as specified in Attachment 2, and an update to the Performance Work Statement (PWS) Exhibit B regarding the Defense Health Agency (DHA) Common Access Card request process. Key administrative details are highlighted, noting that all previous terms remain unaffected unless stated otherwise. The offer submission deadline is confirmed to not be extended, requiring acknowledgment of this amendment for compliance. The document outlines procedures for submitting acknowledgment, and identifies the issuing office for further communication. Overall, this amendment reflects regulatory updates essential for managing the contract during its execution phase, maintaining federal compliance, and ensuring clarity in operational procedures.
    The document is an amendment to a solicitation for a government contract, outlining several significant updates and revisions. Key changes include new deadlines for questions and proposals, altered descriptions for various Contract Line Item Numbers (CLINs), restructured pricing matrices, and adjustments to evaluation criteria and instructions. Importantly, the proposed due date for questions was changed to October 17, 2024, and for proposals to November 8, 2024. Several CLIN descriptions have been modified, such as the strategic advisor roles transitioning to "Optional Acquisition Advisor" with updated terms regarding travel costs and compliance with new government standards. This amendment serves to refine the scope of services provided, ensuring they align with updated performance work statements, establish travel procedures, and clarify pricing terms for compensation. Such administrative changes are essential to uphold compliance with federal acquisition regulations and adapt to procurement needs while fostering transparency in government contracting processes. The document's structure indicates detailed clauses and provisions that mirror best practices in federal RFPs and contract management within the public sector. Overall, the amendment emphasizes the government’s commitment to thorough oversight and regulation in its procurement activities.
    Lifecycle
    Similar Opportunities
    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.
    Women's Health Quality Improvement
    Active
    Dept Of Defense
    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 primary objective of this procurement is to evaluate women's health outcomes against established civilian benchmarks, thereby improving the quality of healthcare services provided to women. This initiative is critical for ensuring that healthcare delivery meets high standards and addresses the specific needs of women, particularly in maternity and neonatal care. Interested small businesses must submit their proposals by November 12, 2024, with the contract anticipated to commence on December 3, 2024, and extend through October 2, 2029. For further inquiries, potential bidders can contact Crystal Randolph at crystal.d.randolph.civ@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.
    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.
    Direct Healthcare Providers-Pain Initiative-Walter Reed National Military Medical Center
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a hybrid Personal and Non-Personal Services contract to provide direct healthcare support for the National Capital Region Pain Initiative at Walter Reed National Military Medical Center in Bethesda, Maryland. The contract requires a range of healthcare professionals, including Clinical Pharmacists, Medical Clerks, Pain Nurses, and a Licensed Clinical Social Worker, to enhance patient care and support pain management initiatives. This procurement is particularly significant as it aims to improve healthcare delivery within military medical facilities, ensuring that qualified personnel are available to meet the needs of service members. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to James Illes at james.l.illes.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil for further information.
    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.
    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.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking to procure Facilities Operations Branch Support Services for the Defense Health Agency (DHA) at its Facilities-Enterprise Headquarters in San Antonio, Texas. This procurement involves a non-competitive Task Order awarded to NIKA Technologies, which will provide essential project support services for a six-month period, from September 10, 2024, to March 9, 2025, to maintain over 200 Military Treatment Facilities (MTFs). The urgency of this requirement is underscored by the critical nature of the services, which are vital for ensuring patient care and the operational effectiveness of the Department of Defense. Interested parties can reach out to Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil for further information regarding this total small business set-aside opportunity.
    Validation Lifecycle Management System (VLMS) with Maintenance, Technical Services and Support
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking proposals for a Validation Lifecycle Management System (VLMS) to enhance its validation lifecycle and ensure compliance with FDA regulations. The desired system is a Software as a Service (SaaS) solution that will streamline fragmented validation processes, improve regulatory audits, and include features such as role-based access control and a secure document repository. Interested vendors must submit a Capability Statement by October 18, 2024, detailing their qualifications, while adhering to confidentiality guidelines. For further inquiries, potential respondents can contact Lindsey Arthur at lindsey.b.arthur2.civ@health.mil or Justin Pickett at justin.h.pickett.civ@health.mil.
    Request for Information (RFI), Third-Party Administrator (TPA) in support of the TRICARE Dental Program (TDP-7), HT9402-24-RFI-0219
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Information (RFI) for a Third-Party Administrator (TPA) to support the seventh generation TRICARE Dental Program (TDP-7). The TPA will be responsible for managing administrative functions such as eligibility determinations, enrollments, and premium payment processes for up to 3 million eligible beneficiaries, including active-duty service members and their families. This initiative is crucial for enhancing the delivery of dental benefits and ensuring compliance with recent legislative mandates, including the National Defense Authorization Act for Fiscal Year 2023. Interested parties are encouraged to submit their responses by October 28, 2024, to the designated contacts, David Smith and Chelsea Lavelle, at the provided email addresses.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole-source contract to the Health Information and Management Systems Society (HIMSS) for an Annual Premier Level Organizational Affiliate Program (PLOAP) membership subscription. This contract aims to enhance DHA's operational and technological capabilities by providing access to a comprehensive online network, professional development resources, and registration for U.S.-based HIMSS events, thereby fostering collaboration in health information technology initiatives. The procurement includes a six-month base period followed by three twelve-month option periods, with interested parties having 15 days to express their interest in competing for the contract. For further inquiries, interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil or Destiny Wood at Destiny.r.wood2.civ@health.mil.