Health Care Delivery Solutions (MHS GENESIS)- System Integration- Notice of Intent
ID: HT0038-24-R-0004Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYROSSLYN, VA, 22209, USA

NAICS

Computer Systems Design Services (541512)

PSC

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

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Leidos Inc. for the Health Care Delivery Solutions (MHS GENESIS) system integration, focusing on the migration of the electronic health record (EHR) system to a cloud-based solution. This contract aims to ensure the continued support and integration of MHS GENESIS, which serves over 9.6 million beneficiaries and is critical for enhancing health care delivery and operational readiness within the Military Health System. The total estimated value of the contract is approximately $1.131 billion over three years, with a potential extension of nine months, and the government plans to award the contract by July 28, 2025. Interested parties are encouraged to express their capabilities and interest within 14 calendar days of this notice, with inquiries directed to Sonya Edom at sonya.m.edom.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the government and contractor assessments of risks associated with various work breakdown structures (WBS) in sustaining, modernizing, and maximizing the value of health care delivery solutions, particularly the MHS GENESIS system. Each WBS is evaluated based on its risk level to transition, with classifications of Not Applicable (N/A), Low, Medium, or High along with justifications for each assessment. Key areas of concern include the complexity of sustaining engineering, data maintenance, and cybersecurity management, highlighting significant risks tied to system dependencies and knowledge gaps during contractor transitions.
    The document details a government assessment of risks associated with transitioning various components of healthcare delivery solutions aimed at keeping systems operational, modern, and maximizing value. The risk levels range from minimal to high across multiple work breakdown structures (WBS), with specific risks identified for areas such as hardware refresh, software licensing, cybersecurity maintenance, and training. Each WBS includes descriptions, risk levels, and reasons for the assessments, highlighting concerns with proprietary technologies and the need for contractor familiarity with existing systems.
    The document outlines the assessment of risks associated with various work breakdown structures (WBS) related to maintaining and modernizing health care delivery systems, particularly MHS GENESIS. It categorizes the risks of transitioning these services as low, medium, high, or not applicable, with specific descriptions of the nature of risks and reasons for the assessments across categories including operational compliance, modernization, and maximizing value. Each WBS entry provides insights into the complexities of system changes, necessary knowledge requirements, and the potential impact on end user performance and overall program effectiveness.
    The document outlines various risk levels associated with transitioning different work breakdown structures (WBS) related to the maintenance, modernization, and maximization of value for the MHS GENESIS healthcare delivery system. Each WBS item is assessed for its risk level—ranging from N/A, low, medium, to high—based on complexity, documentation quality, and potential impact on system performance or cost. Additionally, reasons for each rating are provided, emphasizing the need for specific knowledge and capabilities to ensure effective transition and continuity of operations.
    The document provides a Q&A summary from a February 8, 2024, industry engagement session regarding Health Care Delivery Solutions (MHS GENESIS). Key points include the availability of materials on Sam.gov, the government's openness to industry feedback on procurement strategies and license management, and clarification on the distinction between configuration and customization of COTS solutions. Several questions were deemed non-relevant and did not solicit further clarification.
    The document outlines questions and responses from a recent Health Care Delivery Solutions industry engagement session held on February 8, 2024. Key points include the availability of session materials on Sam.gov, the government's openness to industry feedback on procurement strategies, and a clear distinction between configuration (adjusting COTS products) and customization (creating custom code). Additionally, certain questions were deemed non-relevant, indicating a focused scope on specific topics.
    The Health Care Delivery Solutions Industry Day on July 23, 2024, aims to engage industry representatives in reviewing the Government's request for information, adhering to specific presentation guidelines. Participants must submit their attendance responses by July 8, 2024, and their presentation materials by July 19, 2024, ensuring compliance with rules regarding proprietary information and format requirements. Each presentation is limited to 25 minutes, and the Government will not accommodate reschedules for late arrivals or technical difficulties experienced during virtual sessions.
    The Department of Defense's MHS GENESIS® program is nearing full deployment, with an emphasis on obtaining industry feedback for ongoing sustainment and capability delivery strategies as the current contract concludes. The program, aimed at modernizing electronic health records for a wide range of military and civilian health services, emphasizes interoperability, system performance, user experience, and adherence to updated guiding principles. Industry insights are requested to assess risks associated with these transitions and to enhance the efficiency of healthcare delivery services moving forward.
    The Department of Defense's Health Care Delivery Solutions Risk Analysis outlines the approaching full deployment of the MHS GENESIS system, with a call for industry feedback to inform ongoing sustainment and capability delivery strategies. The analysis details three goals for capability support: ensuring operational compliance, maintaining modernization through continuous capability delivery, and optimizing the use of healthcare delivery solutions. Industry input is sought on proposed guiding principles and strategies for system integration, vendor management, and license management as the transition to MHS GENESIS is completed in March 2024.
    The Department of Defense is seeking industry feedback for the ongoing sustainment and capability delivery efforts of the Military Health System (MHS) GENESIS as it nears full deployment in March 2024. The Program Executive Office for Defense Healthcare Management Systems (PEO DHMS) is focused on enhancing operational effectiveness and improving user experience through updated guiding principles that emphasize interoperability, patient engagement, and technology adaptation. Feedback will inform strategies for future contract management, system integration, vendor relationships, and licensing as the system transitions from deployment to operational support.
    The Department of Defense is soliciting industry feedback on sustainment and capability delivery strategies for the MHS GENESIS military health system as it approaches full deployment in March 2024. Key focus areas include operational compliance, modernization, and maximizing value from healthcare delivery solutions, along with a risk analysis associated with transitioning support efforts. Additionally, industry input is requested for system integration, vendor management, and license management strategies as part of the ongoing update process.
    Similar Opportunities
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole-source contract to the Health Information and Management Systems Society (HIMSS) for an Annual Premier Level Organizational Affiliate Program (PLOAP) membership subscription. This contract aims to enhance DHA's operational and technological capabilities by providing access to a comprehensive online network, professional development resources, and registration for U.S.-based HIMSS events, thereby fostering collaboration in health information technology initiatives. The procurement includes a six-month base period followed by three twelve-month option periods, with interested parties having 15 days to express their interest in competing for the contract. For further inquiries, interested parties can contact Linda M. Walker at linda.m.walker38.civ@health.mil or Destiny Wood at Destiny.r.wood2.civ@health.mil.
    Validation Lifecycle Management System (VLMS)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for a Validation Lifecycle Management System (VLMS) to ValGenesis, Inc. This procurement aims to streamline validation lifecycle management processes and enhance compliance with FDA regulations, addressing the complexities of current methods that involve multiple applications and manual processes. The VLMS is critical for ensuring efficient audits and regulatory compliance, and ValGenesis is the sole authorized provider of this software, having met necessary compliance evaluations. Interested vendors must provide evidence of their capability to deliver similar services within 15 days of this notification, and inquiries can be directed to Lindsey Arthur or Justin Pickett via their respective emails.
    Notice of Intent - Sole Source Direct Award to LinTech Global for Information Technology Support Services for the Office of the Inspector General (OIG)(3-Month Bridge)
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, intends to award a sole source contract to LinTech Global, Inc. for Information Technology Support Services for the Office of Inspector General (OIG). This procurement aims to provide a range of IT support services, including help desk support, project management, technical writing, and systems engineering, essential for the ongoing initiatives of the DoD OIG. The contract, valued between $2.5 million and $3.1 million, is set to cover a three-month period from November 6, 2024, to February 5, 2025, while a long-term solution is being developed. Interested parties may contact Servia Mendez or Kealon Wallace for further information.
    Health Technology Capability Statement Collection
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Information (RFI) to collect contractor capability statements related to Defense Health Information Technology (IT). This initiative aims to evaluate vendors' capabilities as the sector evolves with emerging technologies, particularly focusing on the integration of Artificial Intelligence (AI) to enhance procurement decisions for fiscal year 2025. The RFI emphasizes the importance of fostering innovation and industrial health within the Defense Health IT sector, encouraging contractors to submit existing materials that outline their experience, skills, and relevant certifications in PDF format. Interested parties must submit their capability statements by December 31, 2024, at 11:59 PM Eastern Time, and can contact Sharjeel Javaid at sharjeel.j.javaid.civ@health.mil for further information.
    Notice of Intent to Sole Source; 3M Health Information Systems
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to 3M Health Information Systems for the acquisition of the 360 Encompass application. This procurement aims to replace the existing 3M Clinical Abstracting (ClinTrac) system, which is being phased out by the vendor, ensuring continuity in health information management services. The 360 Encompass application is critical for clinical documentation improvement, coding excellence, and computer-assisted coding, and it integrates seamlessly with the NIH's existing infrastructure, minimizing additional costs and implementation time associated with switching vendors. Interested parties may submit their capabilities and interest to Kristin Nagashima at kristin.nagashima@nih.gov by November 6, 2024, at 3 PM EST.
    Notice of Intent to Sole Source; Infor Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Infor (US), LLC for the maintenance software license, maintenance, and support of Infor / Lawson Applications at the NIH Clinical Center in Bethesda, Maryland. This acquisition is crucial for ensuring the continued operation and support of various software modules utilized within the NIH, including financial management and inventory control systems, which are essential for the center's clinical and administrative functions. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, with a total value not exceeding $7.5 million, and interested parties may submit their capabilities and interest to the primary contact, Kristin Nagashima, via email by November 1, 2024, at 10 AM EST.
    EPIC/COSMOS ELECTRONIC HEALTH RECORD (EHR) DATASET
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to Metro Health for access to the Epic Cosmos electronic health record (EHR) dataset. This dataset encompasses EHR information from over 240 million patients across all 50 states, providing real-time updates and critical features such as automatic vaccine data downloads and maternal-infant outcome assessments. The unique nature of the Cosmos database, which cannot be accessed through commercial means, underscores its significance for evaluating real-world effectiveness, particularly concerning rare health outcomes. Interested parties may express their interest and capability to respond to this requirement by contacting Cole Mullis at ttu3@cdc.gov within 15 days of this notice, as the government will consider all responses before deciding on the competitive procurement process.
    Contracting and Acquisition Support Services (CASS) - Pre-Solicitation Conference
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract for Contracting and Acquisition Support Services (CASS), valued at up to $225 million. This contract aims to provide cohesive and integrated support services essential for the DHA's operational requirements, ensuring efficient management of contracting processes and adaptability to changing needs. The selected contractor will play a critical role in streamlining workflows and enhancing efficiency, as the DHA has determined that a single contractor is necessary to prevent disruptions associated with multiple-award contracts. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information, with the contract period running from February 15, 2025, to February 14, 2030, and a possible extension thereafter.
    Perseus 500 Anesthesia Workstation Maintenance & Repair Service
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract for maintenance and repair services of the Draeger Perseus 500 Anesthesia Workstation at the Navy Medicine Readiness and Training Command (NMRTC) in Lemoore, California. The contract will cover annual preventative maintenance and repair for four anesthesia workstation machines, which are critical for medical operations within the Navy. Draeger Inc. is the only contractor with the proprietary rights necessary to fulfill this requirement, and the ordering period for the contract is set from November 4, 2024, to November 3, 2029. Interested vendors must submit a capability statement by 9:00 AM Pacific Time on October 28, 2024, to the primary contacts, Griffin Bland and Brandi Roberts, via the provided email addresses.