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
    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
    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.
    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.
    Similar Opportunities
    Notice of Intent to Sole Source - Cytel for East Horizon Software Platform
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Cytel Inc. for their East Horizon Software Platform, which is essential for fulfilling the biostatistical software needs of the Office of Regulated Activities within the Defense Health Agency. This procurement is based on market research indicating that Cytel Inc. is the only vendor capable of providing the required software, thereby eliminating the possibility of competitive bids. The contract is significant for supporting the research and development efforts of the Defense Health Agency, ensuring that critical biostatistical functions are met efficiently. Interested vendors may challenge this sole-source decision by submitting a capability statement to Matthew Gembe at matthew.w.gembe.civ@health.mil by May 22, 2025, at 3 PM Eastern Time.
    Maintenance Services for Nerve Integrity Monitor systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source Service Agreement to Medtronic Inc. for the provision of Preventative Maintenance Services for Nerve Integrity Monitor systems at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is justified under the statutory authority permitting Other than Full and Open Competition, as Medtronic is the sole manufacturer of the equipment, making them the only qualified provider for these essential services. The maintenance of these systems is critical for ensuring the operational integrity of medical procedures that rely on nerve monitoring technology. Interested parties capable of providing these services are invited to submit their capabilities and price lists by 10:00 AM EST on May 21, 2025, to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    DH10--Data Innovations IM Maintenance and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a Sole Source Award to Data Innovations LLC for the maintenance and support of its Instrument Manager (IM) software at the Atlanta VA Medical Center. This procurement encompasses services such as implementation for low complexity auto-verification workflows and software licensing renewal, with the contract set to commence on June 1, 2025, for one base year and includes four optional one-year extensions. The services are critical for ensuring the effective operation of laboratory management systems, which play a vital role in supporting healthcare delivery to veterans. Interested parties may direct inquiries to the Contracting Officer, Lasonja Harvey, at lasonja.harvey@va.gov, with responses due by May 21, 2025, at 1:00 PM ET.
    Comprehensive Nursing and Allied Health Subscription
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors to provide a Comprehensive Nursing and Allied Health Literature Database. This procurement aims to ensure access to a wide range of evidence-based resources for medical personnel, including indexed literature, full-text journals, and continuing education materials, with a focus on supporting patient care and professional development within the Military Health System. The contract will cover a base year with four optional extensions, and interested contractors are encouraged to submit capability statements addressing their expertise and management structure by the specified deadlines. For further inquiries, potential vendors can contact Sandra Kharan at sandra.a.kharan.civ@health.mil or Saera Khan at saera.khan.civ@health.mil.
    Notice of Intent to Sole Source - Human Subjects Protection Personnel Management and Support Services for USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the United States Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole source contract to General Dynamics Information Technology (GDIT) for Human Subjects Protection Personnel Management and Support Services. This contract, lasting approximately eight months, is essential for ensuring compliance with various regulations governing human subjects research, as the USAMRDC requires specialized support services to maintain oversight and adherence to established protocols. Interested parties must submit their capabilities in writing to Alana M. Sowers at alana.m.sowers.civ@health.mil by 11:59 am EDT on May 26, 2025, to be considered for future competitive procurement opportunities.
    Notice of Intent to Sole Source – Extension of Ordering Period for IDIQ Contract 75N94019D00004 (Health Decisions, Inc.)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is issuing a Notice of Intent to Sole Source for a modification to extend the ordering period of Indefinite Delivery, Indefinite Quantity (IDIQ) Contract 75N94019D00004 with Health Decisions, Inc. (HDI) for an additional 27 months. This extension is critical to ensure the continuity of statistical and clinical coordinating support for the Contraceptive Development Program (CDP) and ongoing clinical trials of contraceptive products, which include essential tasks such as protocol development, regulatory compliance, and data analysis. The incumbent contractor, HDI, possesses unique qualifications necessary for these activities, and transitioning to a new contractor at this stage could jeopardize data integrity and patient safety. Interested parties may submit a capabilities statement by May 21, 2025, to demonstrate their ability to meet the government's requirements; however, no solicitation or competitive proposals will be requested. For further inquiries, contact Elizabeth Bulger at elizabeth.bulger@nih.gov or Ty B. Main at ty.main@nih.gov.
    Rees Equipment Maintenance Software Service
    Buyer not available
    The Defense Health Agency (DHA) is seeking to award a sole source contract for the Rees Equipment Maintenance Software Service, specifically for the annual maintenance of temperature and humidity monitoring systems at the Medical Clinic on Beale Air Force Base in California. The contract requires the provision of comprehensive maintenance services, including validation, calibration, software updates, and 24/7 technical support, ensuring compliance with critical guidelines set by The Joint Commission, AABB, and USP727 for the protection of vital specimens and vaccines. This procurement is essential for maintaining the operational integrity of the facility's monitoring systems, with a performance period spanning from June 1, 2025, to May 31, 2030, including options for four additional years. Interested vendors must submit capability statements to Jojie Urrete at jojie.n.urrete.civ@health.mil by 0800 AM PST on May 20, 2025, to be considered for this opportunity.
    NOTICE OF INTENT TO AWARD SOLE SOURCE Maintenance Services for Aestiva MRI, Avance CS2 and E-SCAIO Gas Modules
    Buyer not available
    The Department of Defense, specifically the Fort Cavazos Health Contracting Branch, intends to award a sole source contract for maintenance services of Aestiva MRI, Avance CS2, and E-SCAIO Gas Modules to Datex Ohmeda, Inc. This procurement aims to secure both scheduled and unscheduled maintenance services for critical medical equipment at the Carl R. Darnall Army Medical Center in Fort Cavazos, Texas. The services are essential for ensuring the operational readiness and reliability of anesthesia and vaporizer equipment, which are vital for patient care in military medical facilities. Interested parties may submit capability statements to the primary contact, Sheryl Egans, at sheryl.j.egans.civ@health.mil or by phone at 254-287-8881, although this notice does not constitute a request for competitive proposals. The contract will be a Firm Fixed Price, contingent upon the availability of FY26 Defense Health Program funds, and is justified under FAR regulations due to Datex Ohmeda's unique capabilities as the Original Equipment Manufacturer.
    REES Temperature System Server Migration Services
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to REES Scientific Corporation for the provision of service maintenance related to the REES Temperature System Server Migration at the Naval Medical Center San Diego. This contract, identified as HT941025N0084, aims to ensure the effective installation and operation of the temperature system in compliance with IMD regulations, safeguarding government equipment and maintaining operational efficiency. The contract will be firm-fixed-price, covering the period from May 30, 2025, to May 29, 2026, with a business size standard of $34 million under NAICS code 811210. Interested parties must submit capability statements by 4:00 PM PDT on May 23, 2025, via email to Dania Suazo at dania.suazo.civ@health.mil, as this notice does not constitute a request for proposals.
    12258238 -Synopsis/Solicitation for Bayesian precision dosing software system
    Buyer not available
    The Defense Health Agency (DHA) is soliciting proposals for a Bayesian precision dosing software system to be utilized at the Walter Reed National Military Medical Center (WRNMMC). This software aims to enhance patient-specific vancomycin therapy by predicting future area-under-curve (AUC) or serum levels and assessing toxicity probabilities, thereby improving therapeutic efficacy while minimizing nephrotoxicity for critical care patients. The project will be structured as a software as a service (SaaS) deployment, ensuring HIPAA compliance and providing extensive training for clinical staff, with a contract period spanning from June 2025 to May 2030. Interested vendors must submit their proposals by May 23, 2025, and can contact Cinthia Funes at cinthia.g.funes.civ@health.mil for further information.