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
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    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.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Notice of Intent to Award Sole Source to California Department of Public Health
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    Comprehensive Database Collection of Indexed and Abstract Literature Nursing and Allied Health
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking to award a contract for a comprehensive database collection of indexed and abstract literature covering nursing and allied health, specifically through the CINAHL database. This procurement aims to establish a base contract with four option years, focusing on providing essential resources for healthcare professionals and researchers in the nursing and allied health fields. The contract will be performed in Virginia, and all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or Sandra Kharan at sandra.a.kharan.civ@health.mil for further information.
    Commvault Software
    Dept Of Defense
    The Defense Health Agency (DHA) has awarded a contract for Commvault Software to V3Gate LLC, as part of a NASA SEWP Fixed Price Requirement. This software serves as an enterprise-level data management platform, providing essential capabilities for data backup, recovery, archiving, and disaster recovery across both on-premises and cloud infrastructures. The awarded contract, which was granted on September 24, 2025, is structured with a base year and no option periods, ensuring that the DHA's readiness requirements are met. For further inquiries, interested parties can contact Melissa Hearst at melissa.l.hearst.ctr@health.mil or by phone at 210-221-6237.
    Encounter-Based Endoscopy Video Imaging System
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking information from qualified contractors regarding the Encounter-Based Endoscopy Video Imaging System (EEVIS) to enhance its medical video imaging capabilities across Department of War (DoW) and Veterans Affairs (VA) healthcare facilities. The primary objective is to standardize, secure, and integrate endoscopic image capture, storage, and retrieval, ensuring compliance with HIPAA, NIST, and NARA standards while facilitating seamless integration with existing Electronic Health Records (EHR) and Picture Archiving and Communication Systems (PACS). This initiative is crucial for improving diagnostic and treatment processes through advanced functionalities, including AI-driven image analysis and decision support tools. Interested parties must submit their capability statements to Ms. Chelsey Jahn at chelsey.n.jahn.civ@health.mil by 1:00 PM ET on January 5, 2026, with a maximum response length of 20 pages.
    Health Plan Innovation Support (HPIS) Task 1
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole-source bridge contract to Mercer (US), LLC for Health Plan Innovation Support (HPIS) Task 1. This contract aims to provide ongoing Subject Matter Expertise (SME) for the TRICARE program, focusing on developing and implementing innovative strategies for program administration, contract structuring, and provider reimbursement, while enhancing military medical readiness and beneficiary choice. The contract, effective from January 15, 2026, to January 14, 2027, will cover 12 months of support, with performance primarily in Falls Church, Virginia, and will include travel requirements and compliance with cybersecurity standards. Interested parties can contact Jeanna Butler at jeanna.m.butler.civ@health.mil or Theophilus Agyare at theophilus.o.agyare.civ@health.mil for further information.
    DH10--MOD to add Oracle integration service to contract 36C25226P0010 VISN 12 Data Innovations Universal Lab Interface
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source modification to contract 36C25226P0010 with Data Innovations, LLC, to integrate Oracle integration services into the VISN 12 Data Innovations Universal Lab Interface across seven VA medical centers. This modification is necessary as Data Innovations, LLC is the only authorized provider for these services, ensuring compliance with the statutory authority under 41 U.S.C. 1901 and FAR 13.106-1(b)(2). The procurement emphasizes the requirement for new, Original Equipment Manufacturer (OEM) items, free from gray market or counterfeit goods, as outlined in VAAR 852.212-71. Interested firms must submit their capability statements, including OEM authorization and proof of licensing, by 10:00 AM CDT on December 16, 2025, to Eileen Meyer at eileen.meyer@va.gov.
    Notice of Sole Source Award
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service's Phoenix Area Indian Health Service, is issuing a notice for a sole source award for a Point of Care Web-Based Software System. This procurement aims to provide a clinical decision support resource software system that assists clinicians in making informed point-of-care decisions to enhance patient care quality across various health clinics in the Phoenix area. The software, supplied by UptoDate Incorporated, is crucial for delivering high-quality, evidence-based medical care by offering timely access to peer-reviewed clinical information. Interested parties capable of providing similar services may submit a capability statement to Michele Lodge at Michele.Lodge@ihs.gov by 3 PM (EST) on January 2, 2026, referencing notice number PHX-SS-26-004. The period of performance for this contract is set from January 1, 2026, to June 30, 2026.