Theater Blood-Mobile (TBLD-M) Continuous Improvement, Enhancement, Testing and Fielding, Maintenance and Support
ID: HT003824R0010Type: Solicitation
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Defense Health Agency (DHA) is soliciting proposals for the Theater Blood-Mobile (TBLD-M) Continuous Improvement, Enhancement, Testing and Fielding, Maintenance and Support services. This procurement aims to enhance blood management capabilities for military operations by maintaining and developing a software system that efficiently tracks blood supplies from donors to patients, particularly in challenging environments. The selected contractor will be responsible for providing a range of services, including application integration, testing support, and ongoing training documentation, with a focus on compliance with cybersecurity and IT security requirements. Interested small businesses must submit their proposals by August 11, 2025, and can direct inquiries to Elizabeth M. Ruckwardt or Jena Bowman via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for a government contract. It specifies the need for the contractor to produce comprehensive technical design documents, covering elements such as requirements tracking matrices, interface specifications, web service architectures, dependencies, data flows, and security frameworks including STIG requirements. The initial submission of these documents is due 45 days post-contract award, with additional submissions required as needed plus 30 days before the contract's conclusion. The deliverables must be provided in a reproducible Microsoft Office format, and distribution must be designated for relevant parties, including contract officers. The document also includes instructions for completion and pricing classification for the data items, categorizing them into four groups based on their necessity and related costs. Designed to streamline the acquisition and delivery of vital technical data, the form emphasizes the necessity of clear documentation to meet government standards, ensuring mission success and effective contractor performance. The overall emphasis is on compliance and systematic distribution of technical information necessary for project execution within federal guidelines.
    The document is the DD Form 1423-1, a Contract Data Requirements List used by the U.S. Department of Defense to outline the data submissions required from contractors. It specifies a contract line item for a Database Design Document, detailing requirements such as the submission of data design artifacts, including metadata and Entity Relationship Diagrams. The contractor is responsible for delivering this data electronically in a reproducible Microsoft Office format to designated officials. The form includes fields for contract references, requiring office details, submission timelines, distribution information, and estimated costs related to the required data items. It emphasizes the roles of government personnel and contractors in completing the form, providing guidelines for marking the data appropriately based on its significance to the contract. The document serves crucial functions in government Request for Proposals (RFPs) and grants, ensuring that necessary data is accurately collected, delivered, and managed throughout the contractual agreement.
    The DD Form 1423-1 is used to outline the Contract Data Requirements List (CDRL) related to a government contract, specifically focusing on data submissions related to architecture artifacts under the jurisdiction of the PEO DHMS/JOMIS PMO. The contractor is tasked with providing necessary documentation, including drawings, diagrams, and interface control documents, essential for model-based systems engineering practices. Submission deadlines are specified, with the first submission required 30 days after the initial request, followed by subsequent submissions as needed. The document details the frequency of submission, distribution requirements, and integrates guidance for both government personnel and contractors, highlighting responsibilities such as preparer signatures and cost categorization for the required data. This structured approach ensures compliance with government standards and facilitates efficient data management in federally-funded projects.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense to standardize data submission requirements for contractors. The form requires contractors to provide automation test cases, test scripts, and test evidence in support of contracted efforts, specifically for the JOMIS PMO program. Key details outlined in the form include mandatory reporting of all testing automation, electronic delivery in Microsoft Office format, and submission timelines aligned with each sprint or release cycle. The document also instructs government personnel on filling out the form, including specifying categories of data, system/item names, and approval processes. Furthermore, it defines various price groups for estimating costs associated with data items, aiding in financial planning and compliance with government requirements. The form is essential for coordinating and managing contractor submissions, ensuring quality and adherence to standards, while streamlining government procurement processes.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) for federal contracts, specifically focused on data item submissions required from contractors. It outlines a structured approach to specify and manage the delivery of technical data, such as source codes or technical manuals, in accordance with Department of Defense standards. The form highlights essential elements such as contract line item numbers, data item titles, submission dates, distribution details, and the frequency of deliverables. Contractors must provide both packaged and CSV versions of the application source code, with submissions due ten days before the contract's end. It specifies the governing offices and supports compliance with technical data management requirements. Detailed instructions for completion of the form emphasize the obligations of both government personnel and contractors in defining data needs, ensuring quality, and estimating associated costs. Ultimately, this document is essential for organizing the exchange of critical data in government contracts, ensuring accountability and adherence to established coding and documentation standards.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List used by the Department of Defense to specify data item requirements for contracts. It details the information pertinent to an official data item, including the contractor's responsibilities for providing compiled binaries and dependencies related to a specified system. Important elements include the submission timeline, distribution details, and specific formatting instructions for data delivery. The form mandates technical documentation and supporting elements, categorized under Technical Data Package, Technical Manual, or others, ensuring clarity in the data acquisition process. Sections specify how to complete each item, including data item titles, deadlines for initial and subsequent submissions, and addressee information. The document emphasizes the importance of inspecting and approving the data items in alignment with government standards, as well as including various price groups related to data development costs. Essentially, this form serves as a crucial administrative tool in managing contract data submissions and ensures compliance with government contracting requirements while facilitating effective communication between contractors and government entities.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), a crucial document in federal contracting that details data deliverables required from contractors to the Government. The form specifies information that needs to be collected, including contract line item numbers, data item titles, system/item names, and contractor details. The primary responsibility of the contractor is to provide build instructions and artifacts, delivered electronically as per the requirements outlined. Key elements include identifying the category of data, establishment of submission dates, and specifications for data reviews, such as draft and final copies. The document also details the estimated costs associated with each data item, categorized into four price groups based on their necessity and conformity with Government requirements. Additionally, instructions for completing the form are provided, legitimizing the necessity of this data for compliance and oversight in Government contracts. This comprehensive framework aims to ensure that contractors deliver all required information in a structured manner, facilitating efficient project management and accountability in federal undertakings.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the federal government for collecting essential contract-related data. It specifies sections to fill out, including contract line items, titles, submission dates, and distribution requirements. The form facilitates the provision of Version Description Documents (VDD) to the Joint Operational Medicine Information Systems Program Management Office (JOMIS PMO) by the contractor. Notably, it requires electronic delivery of data items, with specifications for frequency and format. Additionally, it includes categories for data items (Technical Data Package, Technical Manual, Other) and a discussion of price groups related to the development costs for the data items, clarifying the contractor's obligations based on the complexity and necessity of the data for the contracted effort. The document serves as a guideline to ensure proper data submission and adherence to government requirements during the contracting process while minimizing burdens on both the government and contractors.
    This document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense to manage data deliverables from contractors. The form captures essential information regarding data items that contractors are obligated to provide, including item numbers, titles, delivery schedules, and responsible offices. Key sections emphasize the contractor's responsibility to submit a release plan before the start of each release, detailing functional and non-functional requirements. Instructions clarify the completion process for government personnel and contractors, covering categories of data (Technical Data Package, Technical Manual, etc.) and specifying the submission frequency and distribution requirements. Notably, price estimation groupings are outlined, categorizing data based on its necessity for contract performance and the associated costs. This form is integral to ensure that data provided by contractors meets government standards, facilitating accountability and structure in contract management across various government RFPs, grants, and agreements.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense for requesting specific data from contractors related to their contractual obligations. This document outlines the essential data item requirements, including the title, authority, frequency of submissions, and addressees for documentation delivery. A primary focus is on the Sprint Plan, which requires contractors to detail their goals, productivity measures, and demonstrations at the end of each sprint. The contractor is obligated to electronically deliver these data submissions to designated government officials. The form specifies categories for data, ranging from Technical Data Packages to other relevant categories, and includes guidance for properly completing each section, including price estimates based on the grouping of data items. It emphasizes compliance with government standards and the need for adequate inspection and approval processes. Overall, this CDRL is integral to maintaining transparency and accountability in government contracting, ensuring that contractors meet the specified data delivery requirements while adhering to regulatory standards.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense to outline data requirements for contractors. It specifies the necessary items, including project schedules related to the deliveries of contractual obligations over established timeframes (three, six, and twelve months). The document emphasizes the need for contractor compliance with delivery methods, which may include electronic submissions at the discretion of the contractor, subject to approval by the Product Owner. Each section of the form is designed to capture critical details about the data item, such as its title, authority, distribution, submission dates, and frequency. The form also provides guidelines for pricing data items based on their complexity and integration into the overall contract. The structure of the document aids in ensuring that all parties clearly understand their responsibilities, particularly concerning data delivery and acceptance. This systematic approach is vital in managing government contracts effectively, ensuring quality control and compliance with established regulations throughout the contracting process.
    The DD Form 1423-1 outlines requirements for the Contract Data Requirements List (CDRL) applicable to contracts within the federal government. Specifically, it details the processes needed for submitting critical data items, such as test plans, to be used in various contracting scenarios. The document specifies the contractor’s obligations for data preparation, submission timelines, and requirements for technical documentation associated with testing. Enhanced guidelines for test plans are provided, including the need for a Contractor Master Test Plan (CMTP) that verifies alignment with government requirements, comprehensive test approaches, identification of tests, and support logistics. Key requirements include the development of thorough test procedures and integration with governmental testing protocols. The timing of submissions is clearly defined: CMTP needs to be submitted 60 days after contract initiation, while other test plans must be provided 15 business days prior to testing events. This structured approach aims to ensure that contractors deliver high-quality data and test results while adhering to military and government protocols, showcasing the importance of clear communication and structured oversight in federal contract execution.
    The document is a DD Form 1423-1, which outlines Contract Data Requirements for a single Data Item under U.S. Department of Defense procurement. Its primary function is to specify requirements for delivering a Test Report related to the JOMIS PMO project. The form identifies essential sections, including contractual details, data item specifications, and submission timelines. The Test Report must include mappings of test requirements, results, conclusions, and risk assessments, particularly for Contractor Integration Tests. Submissions are mandated ten business days after each test event, and data must be delivered in a reproducible Microsoft Office format. The document provides guidance on filling out the form, detailing requirements such as distribution statements and pricing groups. Pricing is categorized into four groups, ranging from non-essential data to routine operational data. This structured approach ensures compliance with military specifications and facilitates effective communication between contractors and the government regarding the delivery of technical data crucial for project success. The form plays a critical role in the accountability and management of government contracts and their deliverables.
    The DD Form 1423-1 serves as a Contract Data Requirements List, specifying data item requirements for government contracts, particularly within the Department of Defense. This particular contract detail includes a requirement for the contractor to provide comprehensive training materials, such as user manuals and job aids, confirming their upload and maintenance in the designated system. Submission deadlines include updates to the System User Manual (SUM) within one week after each completion of designated sprints. The form outlines critical instructions for governmental personnel about filling out various items reflecting contractual and compliance data. It categorizes requirements into types such as Technical Data Packages and Technical Manuals and clarifies parameters such as inspection requirements and submission frequency. The document also details the pricing structure for data items based on their necessity and preparation effort for the government. Emphasizing the bureaucratic framework for reporting and documenting contract data, it plays a crucial role in managing government documentation and compliance for current contracts and proposals.
    The document appears to lack substantive content regarding specific government requests for proposals (RFPs), grants, or local initiatives, instead presenting an error message related to document viewing software. As such, no actionable information, key points, or structures typical of RFPs or grant announcements can be extracted or summarized. There is no indication of the main topic, ideas, or details relevant to government funding opportunities or request processes, as the content is entirely technical support-focused regarding the viewing of a PDF. Consequently, a comprehensive summary of pertinent details for government grants or RFPs cannot be provided.
    The document appears to be inaccessible due to compatibility issues with the PDF viewer. Therefore, it does not contain any substantive information to summarize regarding federal government RFPs, federal grants, or state and local RFPs. If the content were available, a comprehensive analysis could be conducted to identify the main topics and objectives of the proposals or grants outlined within. Potential summaries could cover themes such as funding opportunities, project scopes, eligibility criteria, and intended outcomes of specific programs. However, without the actual content, I cannot provide an accurate summary or analysis. It is advisable to access the document using a compatible viewer to retrieve and assess critical insights.
    The DD Form 1423-1, a Contract Data Requirements List, outlines data submission requirements for contractors under Department of Defense contracts. It requires contractors to deliver updated training certifications for their employees, covering areas such as DoD Cyber Awareness, personnel security, and HIPAA compliance, in accordance with DoD 8570.01-M. Key items in the form include details on contract references, requiring offices, submission dates, and distribution requirements. The form emphasizes the necessity of electronic delivery, at the contractor's discretion, to designated points of contact. Additionally, instructions for completing the form provide specifications for organizing data items, defining categories, and assessing estimated prices based on the complexity of data submission. Price groups range from essential to minimal cost, influencing the financial responsibilities of contractors regarding data item delivery. This document serves as a critical tool for government procurement processes, facilitating compliance with data requirements and ensuring the delivery of necessary information for effective contract management.
    The document cannot be accessed or summarized as it contains only a message indicating an inability to display content. It suggests upgrading Adobe Reader for proper viewing. There are no specific details, topics, or ideas presented within the content provided. Consequently, a summary of the original document's main topics, supporting details, or structure cannot be formed from the current content available. Without essential information, any analysis or comprehensive summary cannot be accurately generated. Further access to the actual document is necessary to fulfill the task.
    The document is currently inaccessible due to technical issues with the PDF viewer, preventing a full review of its contents. As a result, I am unable to summarize key points or provide an analysis related to federal RFPs, federal grants, or state/local RFPs. If the file can be re-uploaded or made accessible in a different format, I would be better positioned to extract and summarize the necessary information. Please provide an alternative version of the document for further assistance.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for the Department of Defense, specifying the submission process for the PEO DHMS Cost, Schedule, and Performance Report along with the Monthly Progress Report (MPR). Contractors are required to submit these reports by the 15th of each month, detailing program progress, challenges, risks, upcoming plans, schedule status, and performance metrics. The submission must be in MS Excel format and sent electronically to designated personnel. The form includes various sections for contractual data, including item numbers, titles, and distribution details. Additionally, the form requires the contractor to classify data items into pricing groups based on their relevance to primary efforts, detailing expected costs associated with data preparation and submission. This structured requirement is essential for program compliance and performance tracking under government contracts, highlighting accountability and transparent reporting in federal operations.
    The document in question appears to be an inaccessible PDF file, hindering any analysis or summary of its content. Given the context of government RFPs (Requests for Proposals), federal grants, and state or local RFPs, it can be presumed that the document would potentially outline funding opportunities or guidelines for entities seeking government assistance. Typically, such documents would detail eligibility requirements, application processes, and the objectives of various programs aimed at supporting community initiatives or enhancing public services. The expectation would be to assist applicants in understanding how to effectively navigate the grant or proposal process. However, without access to the actual file or its contents, it is impossible to extract or summarize specific information therein.
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) associated with federal contracts within the Department of Defense (DoD). It specifies key information such as the contract line item number, title of the data item, authority references, requiring office, and the expected submission dates. The document emphasizes the importance of a Contract Work Breakdown Structure (CWBS) and requires contractors to submit a CWBS and CWBS Dictionary electronically to the designated government contacts. Additionally, it instructs prime contractors to ensure that data requirements flow down to subcontractors while maintaining communication with the Government Program Office regarding any schedule changes. The form also discusses the categorization of data items into groups based on their purpose and associated costs, guiding contractors on the pricing structure for the data items provided. This CDRL serves to streamline communication and ensure compliance with government standards in data management, reflecting the broader context of government accountability in contract management and grant applications.
    The document appears to be a technical message related to issues with accessing a PDF file that contains information on government RFPs (Requests for Proposals) and grants, both at the federal, state, and local levels. The viewer is advised to ensure they have the latest version of Adobe Reader to properly view the contents. Additionally, it highlights the trademarks of various operating systems and software related to accessing the document. The main purpose of this communication emphasizes the significance of updated technology in accessing government-related files and forms, which may contain important information for applicants seeking funding or contracts. It underlines the necessity of compliance with software specifications to ensure accessibility and efficient navigation of government resources.
    The document's cryptic and fragmented content appears to focus on organizational and procedural elements related to various aspects of governance, compliance, and asset management. Key themes include the importance of maintaining integrity, adherence to established protocols, and managing documentation effectively within the context of administrative processes. Specific references to data management practices and eligibility for participation in certain programs are indicated, suggesting a focus on operational governance and regulatory compliance.
    The document outlines a federal Request for Proposal (RFP) that specifies various Contract Line Item Numbers (CLINs) related to Capability Continuous Improvement Support and other technical services over a multi-year period. Each CLIN covers a specific service category—including Application Interface/Integration Support, Testing Support, Fielding and Technical Reach Back Support, and Training Documentation Support. The pricing for most CLINs is structured as Firm Fixed Price (FFP) for a duration of 12 months, with allowances for travel and Other Direct Costs (ODC) billed as lot costs. The document comprises sections for the Base Period, followed by three sequential Option Periods, each replicating the structure of the CLINs proposed in the Base Period. Additionally, there is a provision under FAR 52.217-8 addressing extension options for specific services, extending support requirements for an additional six months. The aim of this RFP is to identify contractors who can maintain and enhance the efficacy and efficiency of the system support services mentioned. The comprehensive structure reflects commitment to systematic improvements and responsiveness to operational needs throughout the project's lifespan. Overall, the document serves as a guideline for potential vendors interested in providing specified technical assistance to federal operations, ensuring compliance with federal procurement standards.
    The document is a solicitation for services issued by the Defense Health Agency under the solicitation number HT003824R0010. It seeks proposals from contractors to provide various support services for the Theater Blood (TBLD) program over a contract period from September 2025 through September 2030. The required services include Capability Continuous Improvement Support, Application Interface/Integration Support, Testing Support, Fielding & Technical Reach Back Support, and Training Documentation Support, all operating under a firm-fixed-price (FFP) model. Additionally, it covers travel and other direct costs, which are not profit-generating. The solicitation emphasizes the importance of service-disabled veteran-owned and small business concerns, aims to ensure fair competition, and incorporates various federal acquisition regulations and requirements. Aim is to advance the operational readiness and effectiveness of military medical services through structured contractual engagements. The document may precede future contracts, highlighting the ongoing commitment of the Department of Defense to enhance healthcare performance in military settings. Careful adherence to the provided performance work statement (PWS) and compliance with federal standards is mandatory for the awarded contractor.
    The government document outlines a Request for Proposal (RFP) for various support services structured around specific Contract Line Items (CLINs) over a series of periods. The main focus is on providing Continuous Improvement Support, Application Interface/Integration Support, Testing Support, Fielding and Technical Reach Back Support (Tier 3), and Training Documentation Support, all on a firm-fixed-price (FFP) basis for 12 months. Additional cost items include travel and other direct costs, which are proposed as one lot each. The document details four option periods, each mirroring the services required in the base period, ensuring continuity in support over multiple years. An optional six-month extension includes Development/Enhancement Support for some CLINs. A consistent labor category structure highlights various levels of DevSecOps engineers across the CLINs, with the document indicating placeholder costs while allowing for adjustments based on proposed rates and hours by bidders. This RFP is significant in shaping government procurement for technological support services, emphasizing structured pricing, support continuity, and clear delineation of service responsibilities, ultimately aimed at improving operational capabilities within federal governmental operations.
    The document details a solicitation (HT003824R0010) issued by the Defense Health Agency, seeking proposals for a range of services related to the Theater Blood (TBLD) Performance Work Statement. The solicitation outlines tasks such as continuous improvement support, application integration, testing support, technical reach back, training documentation support, and reimbursement for travel and direct costs. Each service item has specified quantities, pricing type (fixed-price or cost), inspection, and delivery terms, primarily designated for a one-year period with options for renewal. Emphasis is placed on adherence to FAR clauses concerning contract management, the Small Business Act, and various compliance requirements addressing matters such as telecommunications and cybersecurity. The overall purpose is to enhance the operational effectiveness of the Defense Health Agency through the provision of quality support services by eligible contractors, prioritizing small and disadvantaged businesses.
    The document outlines the Instructions, Conditions, and Notices to Offerors for a federal RFP related to the TBLD-M Continued Support project. Proposals must adhere to solicitation requirements, presenting clear, concise, and detailed information for effective evaluation. Offerors are required to provide a comprehensive proposal with separate sections for administration, technical approach, past performance, and pricing, each with specified page limits. The document emphasizes the necessity for an active registration in the System for Award Management (SAM) and details on submission requirements, including deadlines. Evaluation will focus on technical approach, past performance, and price, with a clear hierarchy placing technical criteria above pricing considerations. Past performance assessments will identify relevant, recent contract successes, ensuring offerors demonstrate sufficient capability. The RFP outlines stringent decision-making criteria, including potential elimination from consideration for proposals deemed unacceptable or significantly deficient. Overall, the document serves as a detailed guideline for offerors to prepare competitive submissions compliant with federal procurement standards, reinforcing best practices in proposal clarity and regulatory adherence.
    The document contains a mixture of fragmented texts and code snippets that appear to revolve around programming, organizational structures, and database management. It includes various terms related to environmental strategies, service classes, financial management, and unclear references to rice-related assets, alongside technical jargon likely from web development. Overall, the content lacks coherence and presents various unrelated elements making it difficult to summarize effectively into a cohesive topic.
    The document outlines a performance work statement (PWS) for the Theater Blood-Mobile (TBLD-M) capability under the Department of Defense's Joint Operational Medicine Information Systems (JOMIS). It details the contract requirements aimed at enhancing operational blood management capabilities for military medical logistics. The PWS emphasizes continuous improvement, application development, testing, and integration support for TBLD-M, which manages the lifecycle of blood operations in challenging operational conditions. Key objectives include automating data capture, facilitating data synchronization between local facilities and the enterprise, and ensuring real-time visibility of blood product integrity. The contractor must utilize Agile methodologies, performing tasks such as application design, testing, and operational training while adhering to Department of Defense standards for cybersecurity and data management. The contract spans a base year with four optional renewal years, requiring a seamless transition from previous contractors. The contractor is responsible for training development, technical documentation, and support for system operations, all while maintaining compliance with federal information and security laws. The document serves as a roadmap for enhancing military healthcare operations through improved blood management information systems.
    The Department of Defense’s Joint Operational Medicine Information Systems (JOMIS) is seeking contractor support for the Theater Blood-Mobile (TBLD-M) program to enhance blood management capabilities for military operations. This contract aims to maintain and develop a software system for efficient data tracking of blood supplies from donors to patients, particularly in challenging environments with limited connectivity. The objectives include ensuring seamless data collection and management, continuous improvement through Agile software development practices, and providing necessary testing and fielding support. The contractor will focus on capability enhancements, interface development, and the integration of existing systems within a government-approved cloud environment. The project spans a period of one base year with four option years, emphasizing a collaborative approach between the contractor and JOMIS teams. Key responsibilities include ongoing training material support, compliance with cybersecurity and IT security requirements, and a well-structured transition-in and transition-out process to ensure uninterrupted service during contract changes. This initiative underlines the government's commitment to advancing military healthcare logistics through innovative technology solutions.
    The document outlines a series of Questions and Answers (Q&As) related to a federal Request for Proposals (RFP) for the TBLD-M program, addressing various aspects such as past performance criteria, technical requirements, and compliance matters. The principal purpose is to clarify requirements for potential Offerors regarding procurement-sensitive information, contractor responsibilities, and expectations for project execution and reporting. Key points include confirmation that past performance can be submitted for subcontracting work, the currency requirements for contracts (three years with a minimum of $10 million), the acceptability of using tools like Jira, and specifics about the Authority to Operate (ATO) status for the TBLD-M system. Additionally, details concerning font size for submissions, Open Source software guidelines, milestones for the TBLD program, and expectations for engagement with end users are highlighted. The document emphasizes the importance of meeting rigorous requirements while facilitating competition among contractors, particularly small businesses, to ensure successful program delivery. Overall, this Q&A serves as a critical guide for Offerors in preparing compliant and competitive proposals for government contracts in the healthcare sector.
    Similar Opportunities
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Buyer not available
    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.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    6505--Blood Products IDIQ for SFVAHCS
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 23, is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for blood products and necessary testing services for the Sioux Falls VA Healthcare System. The contract will cover a base period from February 1, 2026, to September 30, 2026, with five optional ordering periods extending through January 31, 2031, and has a maximum lifetime value of $1,000,000.00, with a guaranteed minimum of $30,000.00. This procurement is critical for ensuring the availability of safe and compliant blood products, adhering to FDA and AABB standards, and includes requirements for volunteer donor blood and specific turnaround times for testing. Interested offerors must submit their proposals electronically by December 12, 2025, and direct any questions to Senior Contracting Officer Joshua I. Imdacha at joshua.imdacha@va.gov.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is conducting a Sources Sought notice for Biomedical Research Application Evaluation and Support Services (BRAES) to support the Congressionally Directed Medical Research Programs (CDMRP). The objective is to gather information on industry capabilities to assist in managing biomedical research funding, emphasizing a two-tier review process and the development of a Quality Control Plan, while utilizing government-furnished systems for application processing and award management. Interested vendors must submit their responses by 5:00 p.m. Eastern Time on December 8, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, with a maximum of 20 pages detailing their qualifications and experience relevant to the tasks outlined in the draft Performance Work Statement (PWS).
    Immunohematology Blood-Grouping Analyzer Cost Per Test Contract (GSA eBuy)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for a Cost Per Test (CPT) contract to supply two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). The contract includes the provision of analyzers, reagents, quality control materials, maintenance services, and consumables necessary for the Transfusion Services Division, which plays a critical role in ensuring safe and timely blood transfusions for patients. The analyzers must meet specific testing capabilities, including ABO/Rh typing and antibody screening, and comply with FDA and other regulatory standards, with a delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their quotations via GSA eBuy by December 9, 2025, at 10:00 p.m. ET, and all inquiries should be directed to Matthew Teel at matthew.d.teel.civ@health.mil.
    RFI for Blood Bank Validation Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide Blood Bank Validation Services as part of its Electronic Health Record Modernization Integration Office (EHRM-IO) initiative. The objective is to validate the Oracle Health Pathnet Blood Bank system across 129 medical centers that operate blood banks, ensuring compliance with regulatory and accreditation requirements from organizations such as the FDA and AABB. These validation services are critical for ensuring patient and blood product safety and are expected to commence by August 1, 2026, with completion required one month prior to each of the 28 scheduled go-live events between January 2027 and November 2031. Interested parties should submit their capability statements and any questions regarding the draft Performance Work Statement (PWS) by December 11, 2025, to Steven Baum at steven.baum@va.gov, with a CC to Wendella Baptiste at wendella.baptiste@va.gov.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) for pharmaceutical agents to be included in the DoD Uniform Formulary (UF). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on oncological agents for myelofibrosis and antihemophilic agents, with evaluations based on clinical and cost-effectiveness. Interested vendors must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    Engineering Management and Support Services Approved Justification and Approval
    Buyer not available
    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.