LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
ID: HT003824R0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYROSSLYN, VA, 22209, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)
Timeline
  1. 1
    Posted Sep 25, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 25, 2024, 12:00 AM UTC
  3. 3
    Due Oct 10, 2025, 3:00 PM UTC
Description

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.

Files
Title
Posted
Jul 30, 2024, 8:14 PM UTC
The government seeks a comprehensive solution for legacy data consolidation within the healthcare sector. The primary objective is to integrate critical clinical data from diverse sources, including CHCS, CIS, ARMD, and EBMS-T systems, into a secure Health Information Archive (HIA). This HIA should become a central repository for longitudinal patient records, enabling efficient access and analysis. The solution must ensure data accuracy, integrity, and compliance with HIPAA and The Privacy Act of 1974. Key requirements include data mapping, loading, and quality engineering to facilitate seamless data transfer. The selected vendor will develop a user-friendly interface for data retrieval and analysis, with quick response times. They will also provide sustainment support, including life-cycle management, supply support, and technical capabilities like configuration management and logistics trade studies. Additionally, the solution must adhere to cybersecurity protocols, with clearance at the Secret level for some personnel. The contract, valued at around $25 million, is expected to run for five years. Key dates include a monthly status report submission deadline and a final technical report due at contract completion. Evaluation criteria will assess the technical merit of proposals, with particular focus on legacy data handling and security.
Jul 30, 2024, 8:14 PM UTC
The government seeks a legacy data consolidation solution for health information archiving, aiming to transition from various legacy systems to a secure, cloud-based platform. The focus is on migrating and managing sensitive health data, with an emphasis on Oracle and MS SQL Servers. Vendors are expected to propose solutions for data migration, management, and digitization, including alternatives to the current software stack. Notably, the government intends to continue using the existing solution's software, but it will consider cost-effective options. Key tasks involve finalizing development, deployment, and database management, with a target of achieving 100% migration within a year. Access to government resources will be provided, but vendors must accommodate their own AWS gateway access. The government will evaluate proposals based on technical merit, cost-effectiveness, and compliance with records management standards, among other factors. If an RFP is released, it will include more detailed requirements, and vendors should be prepared to provide fixed-price quotes for the work. The government's preference is to award a contract by early 2024.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Advanced 3D Imaging system
Buyer not available
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).
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, emphasizing the need for a robust network of credentialed providers to deliver essential health services across various modalities, including in-clinic and virtual care. This initiative is critical for maintaining the health and operational readiness of service members, ensuring compliance with military health standards and regulations. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Award for Enterprise Software Services (ESS) Bridge at Defense Health Agency
Buyer not available
The Defense Health Agency (DHA) has awarded a sole-source contract to American Systems Corporation (ASC) for Enterprise Software Services (ESS) Bridge, focusing on DevSecOps platform management and operational support for the Medical Enterprise Test Innovation Center (METIC). This contract, valued at $26,744,145, aims to develop, test, and deploy critical software applications and medical devices, including MHS GENESIS, ensuring uninterrupted support for essential Defense Healthcare Management Systems (PEO DHMS) projects. The performance period for this contract is from March 27, 2025, to December 26, 2025, with options for extension through August 25, 2026. For further inquiries, interested parties may contact Domonique Holmes at domonique.p.holmes.civ@health.mil or Dominique Brown at dominique.u.brown.civ@health.mil.
Notice of Intent to Sole Source – Dynamic Systems Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
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.
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.
Sources Sought Notice for LWW Collection Subscriptions
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought Notice to identify potential vendors capable of providing subscription services for Lippincott Williams & Wilkins (LWW) online books, journals, and databases. The procurement aims to ensure comprehensive access to essential medical literature, which is critical for supporting healthcare personnel and organizations within the Department of Defense and Military Health System. The selected contractor will be responsible for delivering a reliable service that includes advanced search capabilities, technical assistance, and timely updates on new journal articles, thereby enhancing the quality of patient care and professional development for military medical staff. Interested parties must submit their capability statements by April 22, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Linda M. Walker or Destiny Wood via the provided email addresses.
Maintenance Services
Buyer not available
The Defense Health Agency (DHA) is planning to award a Firm-Fixed Price Purchase Order for maintenance services of laboratory microscopes at the Walter Reed National Memorial Medical Center in Bethesda, Maryland. The procurement aims to continue the support and maintenance of microscopes that were originally installed and maintained by Proaim Americas, LLC, which is the sole source for this requirement. This opportunity is critical for ensuring the operational efficiency of laboratory equipment essential for medical diagnostics and research. Interested parties may express their interest and submit capabilities statements to Mr. Corwin T. Kirby at kirby.t.corwin.ctr@health.mil or Mr. Edgar R. Duchemin at edgar.r.duchemin.civ@health.mil by midnight on April 11, 2025, as no competitive quotations will be solicited.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.