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
    Award a Sole Source Contract for Fingerprinting Services, Defense Health Agency
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) of the Department of Defense is awarding a sole source contract for fingerprinting services necessary for background investigations of military, civilian, and contractor personnel. This contract will cover the collection of fingerprints and their submission to the Defense Counterintelligence and Security Agency, supporting both initial investigations and reinvestigations across the 50 United States and U.S. Territories. The importance of these services lies in their critical role in ensuring timely and effective hiring practices within the agency, particularly in light of competitive employment offers that could disrupt the hiring process. The contract period is set from September 27, 2024, to September 26, 2025, with an option to extend through September 26, 2026. For further inquiries, interested parties can contact Mary Ann Young at mary.a.young138.ctr@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.
    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.
    Women's Health Quality Improvement
    Active
    Dept Of Defense
    The Department of Defense, through 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 contract, which is a Total Small Business Set-Aside, seeks to evaluate women's health outcomes against established civilian benchmarks, thereby improving service quality and healthcare delivery for women. This initiative is critical for optimizing healthcare services and ensuring compliance with quality assurance standards, with a contract period starting December 3, 2024, and extending through October 2, 2029. Interested small businesses must submit their proposals by October 24, 2024, and can direct inquiries to Crystal Randolph at crystal.d.randolph.civ@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.
    DA01--Intent to Sole Source Syngo Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which involves essential upgrades and functional enhancements for existing servers at the San Diego VA Medical Center. This procurement is justified under Federal Acquisition Regulations (FAR) 6.302-2, permitting the government to contract with a single source when only one supplier can fulfill the requirement. The upgrades are critical for maintaining the operational efficiency and effectiveness of the medical services provided at the facility. Interested parties must submit their capability statements, including past performance experience and proof of licensure, by 12:00 PM Pacific Time on October 11, 2024, to Charity Cazee at charity.cazee@va.gov, referencing notice 36C26224Q1883.
    Notice of Intent to Sole Source Trima Automated Blood Collection Systems Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract for the maintenance of Trima Automated Blood Collection Systems at the Naval Medical Center Portsmouth in Virginia. The procurement specifically seeks commercial-off-the-shelf (COTS) maintenance services from TERUMO BCT, Inc., the only source capable of fulfilling this requirement, under Simplified Acquisition Procedures for contracts not exceeding $250,000. This maintenance is critical for ensuring the operational readiness of medical equipment essential for blood collection and transfusion services. The total estimated value of the contract is $89,832.28, with a performance period starting from March 8, 2025, to March 7, 2026, and interested parties may direct inquiries to Contract Specialist Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil.
    Health Information Management Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide Health Information Management Support Services at the NIH Clinical Center in Bethesda, Maryland. The contractor will be responsible for delivering essential services including customer support, diagnostic and procedural coding, and transcription of medical reports, all aimed at enhancing patient care and clinical research within a federally funded research hospital. This procurement is critical for maintaining high standards in health information management, ensuring compliance with federal regulations, and supporting the NIH's mission to improve health outcomes. Interested vendors must submit their quotes by October 7, 2024, and direct any inquiries to Lu Chang at lu-chang.lu@nih.gov.
    OPTN Operations Transition IDIQ Award Notice
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Health Resources and Services Administration (HRSA), has announced the award of the OPTN Operations Transition Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract under solicitation number 75R60224R0008. This procurement involves a total of 14 awarded offerors who will provide administrative management and consulting services aimed at enhancing operations within the health sector, with a base ordering period of one year commencing on September 25, 2024, and four additional option periods. The total maximum ceiling for the four operational domains is set at $450 million, with specific allocations of $30 million for Domain 1, $145 million for Domain 2, $235 million for Domain 3, and $40 million for Domain 4, while the minimum guaranteed amount for the life of the IDIQ is $2,500. For further inquiries, interested parties can contact Naomi Inazawa at ninazawa@hrsa.gov or Gina Dillon at gdillon@hrsa.gov.
    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.
    Sources Sought for Neuromonitoring
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential sources for a Firm-Fixed Price Master Blanket Purchase Agreement for neuromonitoring services at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure commercial items related to various intraoperative neuromonitoring (IOM) services, including Somatosensory Evoked Potentials, Electromyography, and Electroencephalography, among others, which are critical for ensuring patient safety during surgical procedures. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their capabilities statements by October 4, 2024, at 10:00 AM EST, to the primary contact, Michelle Priester, at michelle.c.priester.civ@health.mil.
    Web and Mobile Services Development and Sustainment
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking small businesses to provide web and mobile services development and sustainment for the Defense Health Agency (DHA) within the Military Health System. The procurement aims to identify vendors capable of delivering secure, scalable web and mobile applications, with a strong emphasis on compliance with security standards, including Common Access Card (CAC) authentication. This initiative is crucial for enhancing the digital infrastructure of the Military Health System, ensuring effective project management, database support, and ongoing customer assistance. Interested parties must submit their responses by October 1, 2024, and can contact Katie Couch-Oliver at emily.k.couch-oliver.civ@mail.mil or Talitha Schmelzer at talitha.k.schmelzer.civ@mail.mil for further information.