Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
ID: HT001126RE011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is critical for improving decision-making and operational efficiency in military healthcare, aligning with the Department of Defense's data strategy principles. The contract, valued at approximately $34 million, has a performance period from January 30, 2026, to January 29, 2027, with proposals due by January 9, 2026. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency (DHA) seeks to establish a comprehensive data governance framework and Enterprise Data Catalog (DHA-EDC) to overcome fragmented data systems and improve decision-making. This initiative aligns with the DoD data strategy's VAULTIS principles (Visible, Accessible, Understandable, Linked, Trusted, Interoperable, Secure). Key objectives include performing a baseline data inventory of up to 80 DHA data systems, establishing an interim centralized repository, and conducting an Analysis of Alternatives (AoA) for a Commercial Off-The-Shelf (COTS) DHA-EDC solution. The project also focuses on automating metadata creation, implementing robust metadata management, facilitating metadata exchange with other federal catalogs, and evaluating self-service capabilities and user experience. Optional objectives involve assessing federated governance readiness and refining data product lifecycle processes. The contractor will be responsible for furnishing all necessary equipment and performing work at their facilities, with personnel within commuting distance of Falls Church, VA, for Objective 1.
    The Defense Health Agency (DHA) seeks to establish a comprehensive data management and governance framework, guided by the DoD's VAULTIS principles (Visible, Accessible, Understandable, Linked, Trusted, Interoperable, Secure). This initiative aims to overcome challenges from fragmented data systems and a lack of standardized governance, which hinder decision-making and operational efficiency. The project involves creating a DHA Enterprise Data Catalog (DHA-EDC) to identify, document, and categorize up to 80 data systems, utilizing both manual and automated metadata extraction, and leveraging machine learning for data dictionaries. Key objectives include performing a baseline data inventory, establishing an interim centralized repository, conducting an Analysis of Alternatives for COTS DHA-EDC solutions, implementing robust metadata management, facilitating metadata exchange with other federated catalogs, and evaluating self-service capabilities and workforce readiness for federated governance. The successful implementation will transform DHA's data landscape, enhancing readiness, care delivery, and operational efficiency for the Military Health System.
    This document outlines instructions for offerors responding to solicitation HT001126RE011, an addendum to FAR 52.212-1 for commercial products and services. Offers are valid for 90 days and must be fully compliant, with any deviations rendering proposals unacceptable. It details submission requirements, including electronic submission by January 9, 2026, at 10:00 am ET, and outlines contact information for questions due by December 15, 2025, at 11:00 am ET. Proposals must include a cover letter and three volumes: Technical Capability (35 pages), Past Performance Questionnaires (12 pages), and Price (unlimited pages). Specific formatting for each volume is provided, emphasizing no pricing information outside Volume 3 and the use of blended labor rates. Failure to comply with these instructions may result in rejection.
    The HT001126RE011 Addendum outlines instructions for offerors submitting proposals for commercial products and services, emphasizing strict compliance with solicitation requirements. Proposals must be valid for 90 days and fully compliant, as any deviations, exceptions, or conditional assumptions will render them unacceptable. The government reserves the right to hold discussions, but offerors should submit their best terms initially. Key dates include December 15, 2025, for questions and January 9, 2026, for electronic proposal submission. Proposals require a cover letter and three volumes: Technical Capability (35 pages), Past Performance (12 pages), and Price (unlimited pages). Volume 1 must detail the technical approach for specific requirements and include a Statement of Work, while Volume 2 requires up to three past performance references. Volume 3 must contain all pricing information, including blended rates for teams, and a detailed basis of estimate. Non-compliance with formatting, content, or submission requirements may lead to rejection.
    The document outlines the evaluation criteria for the HT001126RE011 solicitation, focusing on a Best Value Continuum approach that considers technical approach, past performance, and price. Proposals will undergo a responsibility determination, compliance check, and evaluations in three main factors: Technical Capability, Past Performance, and Price. Technical proposals will be rated on understanding and methodology for data governance, including data inventory, repository setup, enterprise data catalog analysis, automated metadata harvesting, and self-service portal usability. Past performance will assess recency, relevancy, and quality, while price will be analyzed for completeness and reasonableness. The government intends to award one Firm-Fixed Price contract, potentially without discussions, and may eliminate proposals deemed technically unacceptable or not competitive. Only proposals receiving at least an "Acceptable" technical rating, "Neutral Confidence" in past performance, and a fair and reasonable price will be considered for award.
    This document is a Present and Performance Questionnaire, an attachment to a government RFP (HT 001126 R E011, Attachment 04 and HT 001125 R 0001, Attachment B). It is designed to evaluate a contractor's past performance through a series of questions. The questionnaire collects reference information, including contract details, value, and period of performance. It then provides an evaluation key with ratings from "Poor/Unsatisfactory" to "Excellent" and "Neutral," detailing what each rating signifies. The core of the document consists of ten questions assessing various aspects of a contractor's performance, such as compliance with delivery schedules, business practices, adherence to contract requirements, quality of work, data governance practices, ability to measure data quality compliance, evaluation of data mesh capabilities for AI/ML support, overall compliance, customer satisfaction, and whether the reference would rehire the contractor. Completed surveys are to be returned to specified government email addresses.
    This government file outlines the pricing structure and requirements for federal government RFPs, specifically detailing how labor categories and costs should be presented. It emphasizes that labor categories are placeholders, requiring contractors to align them with the Statement of Objectives. A key requirement is the blending of labor rates for subcontracted labor or joint ventures within the same labor category and CLIN, ensuring a cohesive pricing presentation rather than multiple individual rates. Offerors must provide an editable Microsoft Excel spreadsheet labeled “Pricing Sheet” with four columns per CLIN: labor category, blended sell labor rate, hours, and calculated amount. Any detailed breakdown of weighting or calculations for the blended rate should be in a separate tab. The document stresses that offers must not include assumptions that alter the solicitation's terms or CLIN structure, and deviations will render an offer unacceptable. A detailed basis of estimate for offered prices is also required.
    This government file, structured as a question-and-response format, appears to be a template or a section within a larger document, likely an RFP, federal grant application, or state/local RFP. Its primary purpose is to solicit or provide specific information by posing a question (identified by "Question #") and then referencing a "SOO Reference" (Statement of Objectives or Scope of Work Reference) to contextualize the question. The "Response" section is where the requested information would be provided. The file itself does not contain substantive content but rather serves as a framework for structured inquiry and detailed answers, ensuring that all relevant aspects of a project or proposal are addressed systematically and linked to specific objectives or work statements. This structure facilitates clarity, accountability, and comprehensive information exchange in government procurement or grant processes.
    The document outlines responses to 150 questions regarding a government RFP for data governance, cataloging, and AI/ML initiatives. Key themes include the collaborative identification of 80 data systems for inventory, the development of an interim centralized repository for metadata (not raw data), and the execution of an Analysis of Alternatives (AoA) for a DHA Enterprise Data Catalog. The RFP emphasizes avoiding vendor lock-in, integrating with Advana, and establishing federated governance. It clarifies requirements for past performance submissions, remote work for non-key personnel, and the government's role in providing software licenses and AI tools. The contract has a 12-month performance period, with Objectives 8 and 9 as options.
    This document outlines contractor requirements for handling Personally Identifiable Information (PII), Protected Health Information (PHI), and federal information under the Privacy Act of 1974, FOIA, and HIPAA. It details compliance with DoD issuances, records management, and procedures for responding to FOIA requests. Contractors must identify and coordinate systems of records with the DHA Privacy Office, complete Privacy Impact Assessments (PIAs) for DHA data on contractor systems, and obtain Data Sharing Agreements (DSAs) for accessing DHA data. Training on privacy acts and HIPAA is mandatory for all staff. The document also provides comprehensive guidelines for breach response, including definitions, investigation, reporting to US-CERT and DHA Privacy Office within specified timelines, and individual notification provisions. Contractors are responsible for all costs associated with breaches they cause.
    This document, "PRESENT AND PERFORMANCE QUESTIONNAIRE," serves as a comprehensive reference for evaluating offerors' or bidders' past performance in government contracts. It outlines a detailed questionnaire for assessing a contractor's capabilities across various critical areas, including compliance with delivery schedules, business practices, adherence to contract requirements, quality of work, and specific technical proficiencies related to data management, governance, and the application of AI/ML in enterprise settings. The questionnaire employs an evaluation key with ratings from Poor/Unsatisfactory to Excellent, along with a "Neutral" option for unavailable information. It also includes sections for collecting detailed contract information, points of contact, and a final question on whether the evaluator would rehire the contractor. This tool is essential for federal, state, and local government agencies to make informed decisions regarding contractor selection for RFPs and grants by thoroughly vetting their past performance.
    The Defense Health Agency (DHA) has released Solicitation Number HT001126RE011, a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide services in support of DHA Data Governance. The contract, valued at USD 34,000,000.00, seeks services related to a VAULTIS-Guided Framework for Healthcare and Readiness, with a NAICS code of 541512. The period of performance is from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. The RFP details requirements for electronic invoicing via Wide Area WorkFlow (WAWF), outlines special contract requirements including restrictions on compensation for former DoD officials, and incorporates various FAR and DFARS clauses related to small business programs, equal opportunity, and safeguarding covered defense information. Offerors must complete representations and certifications, including those for WOSB status.
    This document is Amendment 0001 to Solicitation HT001126RE011, issued by the Defense Health Agency on December 11, 2025. The amendment's primary purposes are to correct the delivery information from a final date to a period of performance and to provide a corrected copy of Atch-03 52.212-2 Addendum. Specifically, for Line Items 0001, 0002, and 0003, the delivery terms have been updated. Instead of a single delivery date of 'On Or Before 29 Jan 2027,' the new terms establish a 'Delivery Period' with a 'PeriodStart = 30 Jan 2026' and a 'PeriodEnd = 29 Jan 2027.' This modification ensures that all other terms and conditions of the original solicitation remain unchanged.
    This amendment to solicitation HT001126RE011, effective December 22, 2025, addresses offeror questions from December 15, 2025. Key changes include extending the due date for Volume 2, Past Performance Questionnaires, to January 14, 2026, while other proposal volumes remain due on January 9, 2026. The amendment also incorporates FAR 52.227-14 and DFARS 252.239-7010, provides an updated Statement of Objectives (Version 2, dated December 17, 2025), and includes a Microsoft Word version of the Past Performance Questionnaire and revisions to Attachment (2), 52.212-1 addendum. Additionally, the descriptions for Line Items 0001, 0002, and 0003 have been updated to reference the new Statement of Objectives, Version 2.
    Similar Opportunities
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    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 feedback on its draft contract strategy for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on effort, known as MHS GENESIS. The procurement aims to modernize the electronic health record system, which serves 9.6 million beneficiaries and 194,000 users, by enhancing system integration, user experience, and operational efficiency while ensuring interoperability with the Department of Veterans Affairs (VA) and other federal agencies. Interested parties are invited to provide feedback on the draft strategy by January 9, 2026, as this request for information (RFI) is part of the planning process and does not constitute a solicitation. For further inquiries, respondents can contact Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil.
    Pharmacy Data Warehouse
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to extend the contract for the Pharmacy Data Warehouse (PDW) managed by General Dynamics Information Technology, Inc. (GDIT) for an additional 16 months, until July 24, 2024. This bridge action is necessary to maintain the continuity of services related to the management of TRICARE pharmacy transaction data, which is critical for ensuring patient safety and supporting various analyses related to drug utilization and fraud prevention. The extension is vital to avoid disruptions that could impact the Federal Pricing Refund Program and the Military Health System's readiness tools, as well as to fulfill congressional reporting requirements. Interested parties can contact Viktoria Reed at viktoria.s.reed.civ@health.mil or call 303-676-3648 for further information.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Commercial Solutions Opening (CSO) to solicit proposals for prototype projects aimed at enhancing the effectiveness of healthcare delivery for military personnel. This initiative seeks innovative solutions that improve platforms, systems, components, or materials utilized by the Department of Defense, particularly in the realm of electronic health records and data management. The CSO will remain open until July 1, 2026, and interested parties are encouraged to submit their proposals, ensuring they adhere to the guidelines outlined in the associated documents. For inquiries, potential respondents can contact Lacey Lockard at lacey.n.lockard.civ@health.mil or Elizabeth Holten at elizabeth.l.holten.civ@health.mil.
    Request for Information for Defense Travel System and Centrally Billed Account Reconciliation Support
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from qualified contractors to provide non-personal services for Defense Travel System (DTS) and Centrally Billed Account (CBA) reconciliation support. The primary objective of this procurement is to ensure timely payment of monthly invoices in compliance with the Prompt Payment Act, while overseeing military and civilian travel transactions and mission-related charges. This contract, which includes a one-year base period and four one-year option periods, is critical for maintaining the integrity of travel-related financial operations within the DHA. Interested parties must submit a capability statement by January 21, 2026, to Saera Khan at saera.khan.civ@health.mil, as all submissions will become government property and no feedback will be provided.
    TRICARE Pharmacy Program RFI
    Dept Of Defense
    The Defense Health Agency (DHA) is conducting a Request For Information (RFI) for its next-generation TRICARE Pharmacy Program (TPharm) contract, aimed at gathering industry feedback to inform the program's requirements and design. The RFI focuses on key areas such as pharmacy benefit administration, mail order pharmacy fulfillment, enhanced care programs, and operational barriers affecting vendor participation in federal pharmacy contracts. This program is crucial as it serves over 9.6 million beneficiaries and integrates various pharmacy services, including retail and mail order options. Interested parties are encouraged to submit their responses via email to dha.buckley.ad-spt-cae.mbx.tpharm6@health.mil by January 30, 2026, at 12:00 pm MST, as the DHA seeks to utilize this information for market research purposes.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup vendors, facilitating the delivery of a wide range of commercially available medical supplies to various military and federal healthcare facilities. The program is crucial for ensuring that Medical Treatment Facilities (MTFs) and operational customers have timely access to essential medical products, thereby supporting military readiness and healthcare operations. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    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.
    Engineering Management and Support Services Approved Justification and Approval
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Engineering Management and Support Services as outlined in the approved Justification and Approval (J&A). This procurement aims to provide essential engineering management and technical support services to enhance the operational capabilities of the DHA. Such services are critical for ensuring effective management and execution of engineering projects within the defense health sector. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or by phone at 703-681-6507, or contact Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.