DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities
ID: HT001124R0080Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

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

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the DAD-MA Patient Safety Program aimed at enhancing patient safety within Military Treatment Facilities (MTFs). The procurement focuses on providing comprehensive services, including personnel, training, and resources to foster a culture of safety and mitigate preventable harm, aligning with the DHA's strategic objectives for quality healthcare. This initiative is critical for ensuring that military healthcare personnel are equipped to deliver evidence-based care and achieve zero preventable harm across various environments. Interested small business entities must submit their proposals by September 18, 2024, with a total contract value estimated at $559,000, and can direct inquiries to Cherish Young at cherish.d.young2.civ@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for the Defense Health Agency (DHA) aimed at enhancing the Patient Safety Program (PSP) within Military Treatment Facilities (MTFs). The document delineates the non-personal services to be provided, encompassing personnel, equipment, and training necessary to foster a culture of safety and mitigate preventable harm through effective patient safety practices. The program, managed by the Clinical Quality Management Branch, strives for zero preventable patient harm and will implement strategies to engage and educate healthcare teams. Key objectives include managing patient safety events, supporting continuous learning within organizations, and promoting a data-driven culture of safety. The contract’s period of performance spans several years, beginning in November 2024, and includes detailed transition-in and transition-out plans. The PWS specifies performance scope, quality control and assurance measures, and staffing requirements, including the need for a Contract Manager with extensive healthcare experience. Additionally, it highlights the contractor's responsibilities for reporting and compliance with government policies and standards. This initiative underscores the DHA's commitment to delivering high-quality, evidence-based care and enhancing patient outcomes across the military healthcare system.
    The Department of Defense's Defense Health Agency (DHA) has issued a Performance Work Statement (PWS) for a non-personal services contract focused on the Patient Safety Program at Military Treatment Facilities (MTFs). Contractors are responsible for providing a comprehensive suite of services, including personnel, equipment, and training to enhance patient safety and mitigate harm within the DHA framework. The primary objective is to create a culture of safety through management of patient safety events and establishment of continuous learning within the organization. The contract outlines specific requirements, including the need for trained Patient Safety Specialists (PSS), Patient Safety Assistants (PSAC), and Data Analysts (PSDA) at numerous MTFs, and details regarding performance metrics, quality control expectations, and necessary training standards. The contractor is expected to innovate in patient safety practices while ensuring a seamless transition during contract periods. Emphasis is placed on compliance with multiple DoD directives, regulatory frameworks, and the necessity for contractor personnel to maintain proper identification and training specifics. This comprehensive approach aims to construct a high-reliability organization dedicated to achieving zero preventable harm and enhancing patient care quality across military healthcare settings.
    The document outlines federal and state/local requests for proposals (RFPs) and grant funding opportunities aimed at enhancing local initiatives and community projects. It focuses on enabling organizations to access financial resources to foster development in key areas such as infrastructure, education, and health. The document details the types of projects eligible for funding, the application process, necessary qualifications, and deadlines for submission. Moreover, it emphasizes the importance of adhering to federal guidelines in project implementation and reporting. Organizations are encouraged to collaborate with community stakeholders to ensure that proposals align with local needs and priorities. The overall purpose of this document is to facilitate access to vital funding resources, support innovative community-based projects, and encourage proactive engagement among various governmental and non-governmental entities. The clear framework provided aims to streamline applications and enhance compliance with federal and state regulations, ultimately benefitting community development efforts.
    The document outlines the identification credentials and clearance requirements for DoD-sponsored contractors traveling to the United Kingdom, Italy, and Germany, under the Status of Forces Agreements (SOFAs) between these countries and the United States. It details the necessary documentation such as passports and visas based on the duration of stay, with emphasis on the necessity for a UK visa for stays over six months and a missione visa for assignments longer than 90 days in Italy. Additionally, it mandates that all DoD personnel enroll in the Smart Traveler Program before travel. The document provides vaccination guidance due to a measles epidemic in Europe and stipulates that all contractors must obtain country and theater clearance via the Army Planning and Clearance System (APACS) before travel. It stresses the importance of thorough planning and compliance with requirements to avoid travel delays or entry complications. It serves to ensure that traveling contractors meet governmental security and health standards while abroad.
    The Past Performance Questionnaire (PPQ) is a vital component of Solicitation HT001124R0080 for the Defense Health Agency's Enterprise-Wide Patient Safety Program for Military Medical Treatment Facilities. The PPQ serves to evaluate a contractor's past performance as part of the source selection process for awarding similar service contracts. Contractors are required to submit this questionnaire through references that provide insight into their performance on prior contracts. Each reference can only cite one contract or order, with specific details regarding performance, compliance, and relevancy. The questionnaire is structured into parts, requiring the contracting entity requesting a reference to provide necessary information in Part I, while Part II is designed for use by the reference, who assesses the contractor based on various performance criteria, such as quality of service, timeliness, business relations, and compliance with regulations. A rating system is utilized to evaluate performance across multiple categories, and important evaluative elements include the contractor's problem identification, responsiveness, and overall customer satisfaction. In conclusion, the PPQ facilitates an objective assessment of contractors' previous work history, ensuring that selection for future contracts is based on proven capabilities and performance metrics critical to the Defense Health Agency's mission.
    The document serves as a consent letter related to a proposal for the Defense Health Agency's solicitation HT001124R0080, focused on the implementation of an Enterprise-Wide Patient Safety Program for Military Medical Treatment Facilities (MTFs). It indicates that the entity is participating as a subcontractor or teaming partner with a prime contractor. The letter acknowledges the government's emphasis on evaluating past performance to achieve optimal value in source selections. By signing the consent form, the relevant parties agree to allow the prime contractor to access and discuss their past and present performance information, which is pivotal for the government's performance confidence assessment process. This letter illustrates the collaborative nature of government contracting and the importance of transparency in evaluating contractor capabilities.
    The document outlines information pertaining to the DHA DAD-MA Enterprise Wide Patient Safety Program for Military Medical Treatment Facilities, specifically detailings OCI (Organizational Conflict of Interest) contract information. It includes critical data on the period of performance, total contract value, contract name and number, customer relationships, contractor roles (Prime or Subcontractor), and contract requirements. The document further identifies whether there are any associated OCI issues requiring mitigation plans, and notes if there are limitations on future contracting due to the existing contracts. It categorizes the OCI issues as biased ground rules, impaired objectivity, or unequal access. This information is essential for maintaining transparency and integrity in the procurement process for government contracts while ensuring compliance with regulations regarding conflicts of interest.
    The document provides a comprehensive question and answer list associated with a Request for Proposal (RFP) from the Defense Health Agency (DHA) regarding patient safety programs for military medical treatment facilities. It addresses contractor inquiries on various aspects such as incumbency, pricing breakdowns, labor categories, performance reporting, and contract execution protocols. Key points include that offerors can adjust the pricing worksheet to reflect different labor rates between prime contractors and subcontractors, and the expectation for past performance documentation. Furthermore, it clarifies the requirements for attendance at courses and summarizes the administration of Patient Safety Specialist roles within specified contracts. Several questions discuss the de-scoping process, transition plans, and the nature of positions (remote or on-site). The document emphasizes the importance of adhering to specific FAR clauses, maintaining a detailed staffing plan, and ensuring compliance with submission deadlines. Overall, the Q&A aims to provide clarity and guidance for contractors preparing their proposals, ensuring they meet the necessary requirements and understand the contractual framework of the DHA's outreach.
    The document outlines the price sheet for the DHA Enterprise-Wide Patient Safety Program for Military Treatment Facilities (MTFs). It includes various Contract Line Item Numbers (CLINs) corresponding to both base and optional services over a 12-month period. The primary services provided include labor and travel related to patient safety, categorized under Fixed Firm Price (FFP) and Not to Exceed (NTE) pricing structures. While many CLINs indicate quantities and services, specific unit prices remain unfilled in the document. However, the total for PCS relocation is set at $24,000. The structure allows for optional extensions and additional services over four options, accumulating to a base total of $24,000 with potential increases based on optional services. The last section suggests requirements for providing information on key personnel, labor categories, and pricing, demonstrating the meticulousness of proposal preparation for government contracts. This summary indicates the document is part of an RFP process intended to ensure proper funding and accountability for patient safety services in military healthcare settings.
    The document outlines a Price Sheet related to a Request for Proposal (RFP) for patient safety program services at Military Treatment Facilities (MTFs). It details the contract line item numbers (CLINs), specifying the types of services offered, quantities, and pricing structures for both the base period and option years. The first CLIN (0001) includes a fixed-price labor component alongside travel expenses not to exceed $85,000, totaling $109,000 when combined with additional relocation costs. Subsequent CLINs for optional services maintain similar pricing and structure, with budget allocations specified for labor and travel for different option years. Cumulatively, the base and optional phases of the agreement amount to $559,000, accounting for various travel limits and labor specifications. This comprehensive financial outline serves to facilitate budgeting and contracting for the implementation of patient safety initiatives, demonstrating the government's ongoing commitment to enhancing healthcare standards within military facilities through structured financial planning and service delivery.
    The document details a price sheet for the Department of Defense contract HT001124R0080, focused on the Enterprise-Wide Patient Safety Program for Military Treatment Facilities (MTFs). The pricing breakdown is organized by Contract Line Item Numbers (CLINs), each specifying labor and travel costs over a base period and multiple optional years. The base total is $109,000, with additional travel costs outlined as Not To Exceed (NTE) amounts. The optional labor and travel services are categorized similarly with respective cost totals, indicating financial planning for up to four additional options that raise the total potential contract value to $559,000, incorporating various contingencies for personnel and resources. Key sections indicate labor categories, subcontractor involvement, proposed labor hours, and cost calculations associated with the services, emphasizing transparency in budgeting and planned expenditures. This proposal aligns with federal regulations for procurement and spending protocols within government programs aimed at enhancing patient safety in military healthcare settings.
    The document outlines the pricing structure for a federal Request for Proposal (RFP) related to Patient Safety Program Services at Military Treatment Facilities (MTFs). It details several Contract Line Item Numbers (CLINs) for both base services and optional services, organized into periods of performance across multiple years. The main items include labor for patient safety program services with a focus on travel expenses, categorized under various payment types such as Firm Fixed Price (FFP) and Not to Exceed (NTE). The total cost associated with the base year and options one through four amounts to $509,000, including specific costs for services over a twelve-month period and ancillary expenses for relocation. The pricing structure allows for variations based on the type of labor and associated travel costs. Additionally, the document specifies instructions for documenting key personnel involved, the classification of the contractors, and the estimation of workloads. Overall, the file serves as a comprehensive price sheet for contractors responding to the RFP, emphasizing transparent budgeting for federal healthcare services aimed at enhancing patient safety in military medical settings.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Health Agency's Patient Safety Program outlines a framework to ensure contractor performance meets specified standards for military medical treatment facilities. Its vision is to cultivate a culture of safety that eliminates preventable patient harm by actively engaging healthcare teams in evidence-based practices. The QASP delineates government oversight procedures for monitoring contractor activities, highlighting roles and responsibilities of key personnel including the Program Manager, Contracting Officer, and Contracting Officer’s Representative. It emphasizes the contractor's accountability in adhering to quality control measures while allowing for flexibility in surveillance intensity based on performance trends. The plan includes a Surveillance Matrix detailing performance objectives, standards, and monitoring methods. Additionally, it establishes clear performance rating definitions ranging from "Exceptional" to "Unsatisfactory," guiding evaluations of contractor effectiveness. The QASP also mandates processes for reporting discrepancies and customer complaints, ensuring proactive identification and resolution of issues. This structured oversight approach exemplifies the government's commitment to safeguarding patient care standards throughout the contract duration.
    The Defense Health Agency (DHA) outlines the Contractor Common Access Card (CAC) Request Process, primarily facilitated through the High-Volume Data Feed (HVDF) Batch Processing Tool. This tool streamlines the application process for various personnel, including DoD contractors and foreign affiliates, by enabling the electronic submission of CAC requests via a standardized Excel spreadsheet. The process involves completing detailed data fields related to each applicant's identity, contract details, and contact information while adhering to specific formatting guidelines to ensure successful uploads. Facility Security Officers (FSOs) are responsible for accurately filling out the spreadsheet and submitting it to the DHA TASS Mailbox for processing. Applicants can expect to receive a notification for obtaining their CAC post-approval. Key rules and validation requirements are specified for each data entry field to minimize errors, ensuring the efficient processing of applications. This document is crucial for enhancing operational efficiency within the DHA's personnel security framework, aligned with their goal of improving the timely issuance of access credentials to eligible individuals.
    The document is a federal contractor profile detailing the personal information and contract specifics for Jane E. Doe, a Department of Defense contractor. It includes her Social Security number, date of birth, and residential address in Chantilly, Virginia, highlighting her employment status as a contractor for the Department of Defense. The contractor's service is associated with the Defense Health Agency, indicating a role that likely involves health-related services in a military context. Contact information for both the contractor and the sponsoring agency is provided, ensuring clear communication channels. Additionally, it notes the contract number and its end date, which aligns with the Department's operational timelines. Overall, the file serves as an administrative resource for tracking contractor details and compliance within federal contracting procedures.
    The Common Federal Training (CFT) List for Fiscal Year 2024 outlines mandatory training courses for individuals assigned to Defense Health Agency (DHA) facilities, including civilians, contractors, and service members. Key courses include the DoD Cyber Awareness Challenge, HIPAA Training, and various annual safety and compliance trainings, each with specific time requirements and regulatory guidance. The training is structured by audience, with distinct requirements for DHA civilians, contract support personnel, and military service members. The document emphasizes that those in active duty must not complete certain training if they are already engaged in their respective training programs. It includes FAQs addressing training enrollment, requirements for mixed-role employees, and acceptable substitute trainings. The overall purpose is to ensure compliance with federal training mandates while maintaining a focus on safety, privacy, and operational readiness within the military health system. This structured approach reflects the government's commitment to providing consistent and relevant training aligned with both regulatory standards and operational needs in public service.
    The DHA Contractor Non-Disclosure Agreement (NDA) outlines the responsibilities of employees or subcontractors working under the Defense Health Agency (DHA) contract, emphasizing the importance of safeguarding sensitive, proprietary, and classified information. The agreement mandates that individuals having access to sensitive data—including financial details, contractor proposals, and negotiation strategies—must not disclose this information to unauthorized persons. It specifies that sensitive information does not lose its protected status over time and highlights the potential legal consequences of any breach, which may include court actions and liability for damages. Furthermore, the NDA stipulates that the confidentiality obligations do not apply to information that is public, disclosed with prior consent, independently developed, or required by court order. Employees are also reminded to inform any prospective employers of their ongoing obligations under the agreement. This NDA is crucial for ensuring the integrity of federal operations and protecting sensitive data within the context of government contracts and procurement processes. Overall, it reinforces the necessity of confidentiality within defense contracting environments to safeguard national interests.
    The document outlines the requirements for contractors regarding the handling of Personally Identifiable Information (PII), Protected Health Information (PHI), and federal information laws under various acts, including the Privacy Act, FOIA, and HIPAA. Contractors must comply with federal and Department of Defense (DoD) regulations, ensuring that all records are managed according to specified guidelines. Key responsibilities include the proper response to FOIA requests, maintaining systems of records, and conducting Privacy Impact Assessments (PIAs) when applicable. A Data Sharing Agreement (DSA) is required for the access and use of DHA data, and while participating in human subject research, contractors must adhere to protection protocols. Training on the relevant privacy laws is mandated for all contractor staff. The document also details breach response procedures, requiring immediate reporting of any breaches to the DHA Privacy Office and US-CERT, with a structured process for notification and mitigation. Overall, the purpose of the document is to establish a comprehensive framework for contractors to protect sensitive information and to ensure compliance with federal privacy regulations in the context of government RFPs and grants.
    This Business Associate Agreement (BAA) outlines the relationship between a Department of Defense (DoD) Military Health System (MHS) covered entity and a business associate, ensuring compliance with HIPAA and HITECH regulations. Key obligations include the protection and appropriate handling of Protected Health Information (PHI), as well as the requirement for the business associate to report any breaches. The agreement specifies permitted uses and disclosures of PHI, ensuring actions are necessary for the services outlined in the BAA and comply with privacy rules. Additionally, the document emphasizes the responsibilities of both parties in breach response protocols and notification procedures to affected individuals. The BAA also details termination conditions and the handling of PHI post-termination, mandating secure return or destruction of PHI. Ultimately, this agreement is integral for maintaining confidentiality and security in handling sensitive health information while adhering to federal privacy laws and regulations, thus safeguarding both the Covered Entity and the Business Associate's interests in government RFPs and grants.
    The document is an amendment (0001) to a solicitation primarily related to the Department of Health Agency (DHA) services. Key changes include the deletion of optional services, renumbering of Contract Line Item Numbers (CLINs), and updates to the pricing structure. The solicitation closing date has been extended to September 18, 2024. Additionally, the Basic Statement of Work (PWS) has been revised, along with updates to attachments that include a Price Sheet and a Questions & Answers list. The contract type transitions from Firm-Fixed-Price (FFP) to Cost for CLIN 0002, which now covers costs related to Permanent Change of Station (PCS) relocation for personnel and has a Not to Exceed (NTE) amount set at $24,000. CLIN 0003 has been rendered obsolete due to these changes. The document provides detailed instructions for offerors regarding submission, including requirements for technical proposals, past performance information, and pricing details. The overall purpose is to ensure clarity among bidders concerning the revised solicitation terms while maintaining compliance with federal contracting standards. The emphasis is on the quality of patient safety services and their effective delivery within the specified time frame.
    This document constitutes Amendment 0002 to the federal solicitation HT001124R0080, issued by the DHA Contracting Office on September 10, 2024. The amendment incorporates a revised Price Sheet (Attachment 2), which does not count towards the page limit for Volume 2 - Past Performance. The solicitation’s submission deadline is confirmed to remain not extended. All previously established terms remain unchanged aside from these modifications. The amendment outlines a summary of changes made, including alterations to the Exhibit/Attachment Table of Contents, which now reflects the latest documents such as the revised Price Sheet as of September 10, 2024. A specific protocol for acknowledging the amendment by contractors is detailed, emphasizing that failure to acknowledge receipt before the submission deadline may lead to rejection. Overall, this amendment reinforces the solicitation's requirements and serves to clarify administrative details pertaining to the contract process, ensuring compliance and transparency in government procurement procedures.
    The document outlines a Request for Proposal (RFP) for the Defense Health Agency (DHA) focusing on Patient Safety Program Services for Military Treatment Facilities (MTFs). The RFP is aimed at contracting a qualified provider to deliver a range of clinical support services over a specified period, starting from November 1, 2024, to October 31, 2025, with options for extension. Key services include Patient Safety Program Services and Patient Safety Consultant services, emphasizing the importance of adherence to specific performance work standards (PWS). Proposals should reflect a clear understanding of the technical requirements, including event reporting, patient safety education, collaboration within military healthcare systems, and effective data analysis for risk reduction. The RFP also stipulates submission guidelines for proposals, including formatting, content organization, and deadlines. Offerors are asked to provide a technical approach, transition and staffing plans, and a detailed account of past performance to ensure they meet the DHA’s standards. Additionally, the proposal evaluation will consider the offeror's innovative approaches, their ability to manage transitions, and the qualifications of the staff to be deployed. Overall, this document serves to solicit comprehensive responses from experienced contractors to enhance patient safety in military healthcare environments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Contracting and Acquisition Support Services (CASS) under solicitation HT001524R0010. The procurement aims to secure non-personal service support in various labor categories, including contract analyst support, procurement technician support, and program management, to enhance the DHA's operational efficiency in delivering healthcare services to military beneficiaries. This initiative is crucial for ensuring effective acquisition processes and program management within the Military Health System, ultimately supporting approximately 9.6 million eligible beneficiaries. Interested vendors must submit their proposals by September 19, 2024, with inquiries directed to Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil.
    Training Support Team (J-7)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting proposals for a non-personal services contract to support its Training Support Team (J-7), focusing on e-Learning courseware development and instructional system design (ISD). The contractor will be responsible for delivering comprehensive training support, including the creation and administration of instructional materials, Learning Management System (LMS) operations, and ensuring compliance with Section 508 standards. This initiative is crucial for enhancing the training efficiency and educational offerings of the DHA, ultimately serving over 9.6 million beneficiaries within the military healthcare system. Proposals are due by September 19, 2024, with inquiries accepted until August 8, 2024; interested parties should contact Linda M. Walker or Janet H. Lee via email for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is issuing a Request for Quotation (RFQ) for the establishment of Blanket Purchase Agreements (BPA) and Additional Discount Program (ADP) agreements related to pharmaceutical agents under the Defense Health Agency's Uniform Formulary (UF). This procurement aims to secure pricing agreements for various newly approved drugs, including those in the classes of Parkinson's agents, gastrointestinal agents, respiratory agents, hematological agents, targeted immunomodulatory biologics, anticonvulsants, and oncological agents, which will be reviewed during the Pharmacy and Therapeutics (P&T) Committee meeting scheduled for November 6-7, 2024. The initiative is crucial for maintaining an effective pharmacy benefits program for the Military Health System (MHS), ensuring that military personnel have access to high-value medications while adhering to cost-effectiveness criteria. Interested manufacturers must submit their quotes by September 19, 2024, and can direct inquiries to primary contact Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or secondary contact Tracy Banks at tracy.e.banks2.civ@health.mil.
    Contracting and Acquisition Support Services (CASS) - Request for Proposals (RFP)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals for Contracting and Acquisition Support Services (CASS) through a Request for Proposals (RFP). This procurement aims to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract valued at up to $225 million, intended to enhance operational efficiency and ensure mission success by streamlining the contracting process. The contract will run from February 15, 2025, to February 14, 2030, and is set aside for small businesses under FAR 19.5. 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.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is soliciting quotations for pharmaceutical agents under the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at enhancing the Military Health System's pharmacy benefits. This procurement process is governed by 10 U.S.C. § 1074g and involves the evaluation of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on specific drug classes such as Oral CGRP migraine agents and Interleukin 17 and 23 targeted immunomodulatory biologics. Interested manufacturers must submit their quotes by September 19, 2024, following a pre-quotation teleconference scheduled for July 24, 2024, and can direct inquiries to primary contacts Stephanie Erpelding and Tracy Banks via their provided emails.
    TWO-PHASE DESIGN BUILD AND CONSTRUCTION - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) IN SUPPORT OF THE DEFENSE HEALTH AGENCY (DHA) MEDICAL RESEARCH DEVELOPMENT COMMAND (MRDC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build and Construction project under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) Medical Research Development Command (MRDC). This procurement aims to engage qualified contractors to provide comprehensive design and construction services, which are critical for enhancing medical research facilities and capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is essential for maintaining and upgrading laboratories and clinics. Interested contractors should reach out to Drenna Thompson at drenna.l.thompson@usace.army.mil or 251-694-4108, or LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539 for further details, noting that the proposal submission deadline has been extended as per Amendment 0001.
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    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.
    Leica and Sakura Finetek Corrective and Preventative Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for corrective and preventative maintenance services for government-owned Leica and Sakura Finetek laboratory equipment at Naval Hospital Jacksonville, Florida. The contractor will be responsible for providing both preventive maintenance, including scheduled inspections every six months or annually, and corrective maintenance to restore equipment to original specifications following any reported failures. This maintenance is crucial for ensuring the operational readiness of medical devices used in clinical diagnostics, thereby supporting military healthcare services. Interested small businesses must submit their proposals by the specified deadline, with the contract set to begin on September 1, 2024, for a base period of one year, followed by two optional years. For further inquiries, potential bidders can contact Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are encouraged to submit quotes as no written solicitation will be issued. For further details, potential bidders can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728.