RFQ 80JSC025Q7001 Electronic Health Record
ID: 80JSC025Q7001Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA JOHNSON SPACE CENTERHOUSTON, TX, 77058, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A20)
Timeline
    Description

    NASA's Johnson Space Center is seeking proposals for a new Electronic Health Record (EHR) system to replace its outdated athenaFlow software, which lacks essential features and is nearing the end of its operational life. The objective is to implement a commercial-off-the-shelf EHR solution by July 2026, ensuring compliance with federal regulations and certifications such as HIPAA and ONC HIT, while focusing on data migration, security measures, and user training. This procurement is critical for enhancing healthcare delivery for astronauts and personnel involved in spaceflight medicine, reflecting NASA's commitment to maintaining high standards of health services. Interested vendors must submit their quotes by 2:00 PM CST on March 13, 2025, and can contact Joshua Hlavenka or Johnny Vuong for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for replacing the Electronic Health Record (EHR) system at NASA's Johnson Space Center (JSC). The primary goal is to implement a new commercial-off-the-shelf EHR solution by July 2026 to enhance healthcare delivery for astronauts and other personnel involved in spaceflight medicine. The document details the background and unique needs of various stakeholders, including flight medicine, occupational health, and behavioral health sectors, highlighting the integrated approach necessary for managing astronaut health. Critical components of the project include data migration, software features, user interface customization, access controls, and operational support. Technical specifications require compliance with federal regulations, secure data handling, and robust integration capabilities with existing medical and administrative systems. Notably, the EHR will not involve direct contractor access to NASA IT systems but will require collaborative training and support for NASA personnel. Ultimately, this project demonstrates NASA's commitment to advancing the efficiency and quality of its health services critical for maintaining astronaut safety and operational readiness during missions.
    The document outlines requirements for a healthcare electronic health record (EHR) system, specifically focusing on functionalities for patient registration, visit management, user interface configuration, and secure messaging. Key objectives include the management of patient charts, scheduling, and real-time notifications for staff regarding patient check-ins. The system must facilitate detailed documentation by physicians while ensuring effective access control and customizable user interfaces. It emphasizes the need for secure communication between patients and providers, integration with patient portals, and the ability to manage multiple charts for single patients, reflecting sensitive data access levels. The document stresses the necessity for robust reporting capabilities, both standard and custom, to ensure data integrity and support specialized health record requirements, particularly related to unique patient needs such as those of NASA astronaut candidates. This request aligns with governmental initiatives aimed at enhancing healthcare delivery through advanced technology solutions, ensuring compliance and improved health data management across various care settings.
    The document is an attachment titled "Attachment C - Pricing Sheet" for Request for Quotation (RFQ) No. 80JSC025Q7001, intended for vendors submitting proposals for services. It includes a structured layout for pricing various components related to software implementation and licensing. The pricing sheet consists of several Contract Line Item Numbers (CLINs), detailing costs associated with implementation services for a base year and subsequent annual software licensing for up to four optional years. The format is designed for offerors to input their proposed prices and needed information, including their company name and quote number, in designated sections. The primary purpose of the document is to standardize the submission of pricing information in response to the RFQ, ensuring clear and organized bids for federal procurement related to software services. This structured approach aids government entities in comparing offers effectively while maintaining transparency and fairness throughout the procurement process.
    The document outlines the evaluation instructions for a Request for Quotes (RFQ) for a commercial-off-the-shelf (COTS) Electronic Health Record (EHR) software solution. The evaluation occurs in two steps: Step One requires quoters to answer specific key questions with a "Yes" or "No" to determine mandatory requirements; failure to meet these will result in disqualification. Step Two involves a trade-off evaluation based on three main factors: Technical Acceptability, Past Performance, and Price. Technical Acceptability focuses on the ability to provide a successful technical approach and conduct a virtual demonstration. Past Performance entails submitting references to similar projects. Price evaluation assesses reasonableness and completeness. The government emphasizes that lower pricing alone may not secure an award if a higher-priced quote demonstrates superior benefits. The RFQ process adheres to federal guidelines and prioritizes technical and past performance over price. The ultimate goal is to award a contract that delivers the best value to the government while maintaining strict adherence to the evaluation criteria provided. The document serves as a comprehensive guide for quoters to prepare their submissions effectively.
    The document outlines provisions and clauses relevant to a government contract, particularly concerning compliance with federal regulations. Key topics include Section 508 compliance which mandates that all Information and Communication Technology (ICT) products meet accessibility standards, and clauses incorporated by reference from the Federal Acquisition Regulation (FAR) and NASA FAR Supplement (NFS). The document details various required clauses related to ethics, contractor obligations, and managing subcontractor relationships, emphasizing whistleblower rights, payment processes, and compliance with export control laws. Additional provisions address topics such as combating trafficking in persons, restrictions on subcontractor sales to the government, and the integrity of supply chains concerning sensitive information and national security. The Quality Assurance Surveillance Plan (QASP) is also mentioned, outlining the government's expectations for monitoring contractor performance. This file plays a crucial role in ensuring adherence to legal obligations and maintaining high standards in government contracts, reflecting the importance of compliance in the federal contracting landscape.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract related to commercial products and services issued by NASA's Johnson Space Center. The requisition number is provided alongside essential contract details, including award and effective dates, and the contact information for inquiries. The solicitation invites bids, with a submission deadline specified. It is indicated that the acquisition is unrestricted, and a performance work statement attachment is referenced for additional context. Key details include the solicitation being categorized under the North American Industry Classification Standard (NAICS) 541511, with an estimated total award amount of $34 million. Terms of delivery and payment are also stated. Offerors are required to complete specific blocks in the solicitation document, ensuring compliance with federal regulations. The main purpose of this document is to solicit competitive offers from qualified vendors, particularly targeting those that are women-owned, to fulfill NASA's contract requirements. By promoting inclusion and supporting small businesses, it aligns with federal initiatives aimed at enhancing economic opportunities for diverse entities.
    NASA's Human Health & Performance Directorate has issued Request for Quote (RFQ) 80JSC025Q7001 for a new commercial Electronic Health Record (EHR) system to replace the existing one at Johnson Space Center. The RFQ outlines the requirement for a commercial-off-the-shelf solution that must comply with the Performance Work Statement (PWS) and be implemented by July 2026. Offerors are required to submit their quotes along with a detailed pricing sheet, and they must provide an oral demonstration of their proposed solutions. The evaluation criteria will focus on Technical Acceptability, Past Performance, and Price, with the contract to be awarded based on best value. Quotes are due by 2:00 PM CST on March 13, 2025, and offerors must strictly adhere to the submission guidelines outlined in the document. Registration in the SAM database is mandatory, and all submissions must maintain specific formatting requirements to be considered complete and compliant. The Government reserves the right to not consider proposals that are late or non-compliant. Various attachments provide further details, including the technical requirements, pricing sheets, and evaluation criteria necessary for potential bidders to successfully participate in the solicitation process.
    NASA is seeking to replace its existing Electronic Health Record (EHR) system, currently managed by athenaFlow, which is aging and lacks essential features like Multi-Factor Authentication. The procurement includes a focus on migrating to a Commercial Off-The-Shelf (COTS) solution by July 2026, primarily through an on-premises installation due to previous inefficiencies in cloud implementations. The new system must comply with various certifications, including ONC HIT, while integrating effectively with existing infrastructure and legacy systems. Security is a priority, with strict requirements for data encryption and authentication methods. The contract will follow FAR part 13 guidelines, allowing flexible subcontracting. The focus on specific pricing structures is not mandated, but clarity in proposals is essential. The procurement process will not entertain discussions after initial submissions, and vendors must provide their own test data and scenarios for product evaluations. Overall, NASA aims for a functional EHR that meets its operational needs while ensuring all regulatory and security measures are met.
    NASA is seeking proposals for a new Electronic Health Record (EHR) system to replace its aging athenaFlow software, which lacks critical features such as Multi-Factor Authentication and modern functionality. The current EHR is set to sunset soon, prompting the need for an upgrade. NASA does not have a preferred vendor and requires compliance with mandatory certifications including HIPAA and ONC HIT. The selected proposal should provide an on-premises solution by July 2026, with integration of existing infrastructure and data migration being key considerations. Security measures include requirements for data encryption and user authentication methods. Implementing this new system must involve active training and collaboration with NASA's IT staff. The proposal must address costs and provide demonstrations of capabilities, with no cloud solutions being considered. The document outlines technical, pricing, and evaluation criteria, emphasizing the importance of seamless functionality and performance. This RFP illustrates NASA's commitment to enhancing its health record systems while adhering to strict security and compliance requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chamber Services for decompression sickness testing of exercise countermeasures
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking qualified vendors to provide chamber services for decompression sickness testing related to exercise countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920179Q. The procurement aims to support NASA's Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER) project, which investigates the effects of exercise on decompression sickness risk during space missions. This specialized service is critical for ensuring astronaut safety and performance during extravehicular activities (EVA). Quotes are due by December 8, 2025, at 7 a.m. CT, and interested vendors must submit their proposals to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in the email subject. Additionally, vendors must be registered at sam.gov and comply with specific telecommunications provisions to be eligible for award consideration.
    Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity
    Buyer not available
    NASA's Johnson Space Center is seeking partners to advance technologies related to Extravehicular Activity (EVA) and Human Surface Mobility (HSM) in support of the Artemis missions. The objective is to develop safe, reliable, and effective capabilities that enable astronauts to operate outside spacecraft on and around the Moon, with a focus on high-risk technologies that enhance mission success and productivity. This initiative is crucial for establishing a long-term human presence on the Moon and preparing for future Mars missions. Interested parties should submit their responses by January 16, 2027, and can contact the Technology Development and Partnerships Manager, Stephanie A. Sipila, at stephanie.a.sipila@nasa.gov for further information.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.
    Chamber Services for decompression sickness testing of CO2 countermeasures.
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotes for Chamber Services to conduct decompression sickness testing of CO2 countermeasures, as outlined in Request for Quotation (RFQ) 80NSSC26920246Q. The procurement involves providing hypobaric chamber services to support the development of the Aerospace Estimation Tool for Hypobaric Exposure Risk (AETHER), which aims to assess decompression sickness risk during simulated Extravehicular Activities (EVAs). This initiative is critical for ensuring astronaut safety and optimizing prebreathe strategies in space missions. Interested small businesses must submit their quotes by December 8, 2025, at 7 a.m. CT to Shanna Patterson at shanna.l.patterson@nasa.gov, referencing the tracking number in their email subject. Payments will not be made by credit card, and the total firm-fixed price is to be determined.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Installation and Logistical Software as a Service (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for a Software as a Service (SaaS) solution to manage the procurement, installation, and tracking of medical equipment and furnishings, fixtures, and equipment (FF&E) for new healthcare facilities. The objective is to replace current spreadsheet-based tracking methods that have resulted in project delays and cost overruns, with a system capable of accurate tracking, reporting, and management from planning to commissioning. This software solution is crucial for supporting the logistics of healthcare facility construction and renovations, aiming to facilitate the tracking of hundreds to thousands of items and to support over 500 tribes and IHS employees in the future. Proposals are due by December 22, 2025, at 3:00 pm EST, and interested vendors can contact Colleen Henry at colleen.henry@ihs.gov or Andrew Hart at andrew.hart@ihs.gov for further information.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    JOFOC For the Enterprise Applications Service Technologies EAST2 Contract, NNX16MB01C
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for the Enterprise Applications Service Technologies (EAST2) Contract, identified by the contract number NNX16MB01C. This procurement focuses on IT and telecom business application development support services, which are critical for enhancing NASA's operational efficiency and service delivery. The contract will involve labor services that support the development and maintenance of enterprise applications, underscoring the importance of robust IT solutions in NASA's mission. Interested vendors can reach out to Christy Moody at christy.r.moody@nasa.gov for further details regarding this opportunity.
    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.
    Notice of Intent to Negotiate Increase to Ceiling Price and Extend the Contract Period of Performance by 12-months for Contract No. NNX16MB01C
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) intends to negotiate an increase to the ceiling price and extend the performance period of Contract No. NNX16MB01C for application software services and maintenance. The contract, known as EAST 2, is crucial for operating, maintaining, and enhancing key business and mission-supporting platforms across the Agency, with a proposed ceiling increase of approximately $150 million, raising the total from $710 million to $860 million. This extension is vital to prevent disruptions in critical application delivery services relied upon by NASA personnel, with the new performance period extending from July 1, 2023, to June 30, 2024. Interested organizations may submit their qualifications to Christy Moody via email by February 8, 2023, to be considered for this contract extension.
    CUSTOME TEXTILE PROTYPE
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to award a sole-source contract to Bally Ribbon Mills for the development of custom textile prototypes essential for the Artemis Suit Materials (ASM) Project. The procurement involves the design, weaving, and testing of advanced woven fabrics for the next-generation lunar Environmental Protection Garment (EPG), with Bally Ribbon Mills identified as the only source capable of meeting these specialized requirements due to their unique capabilities and established history in producing high-performance aerospace textiles. Interested organizations may submit their capabilities by December 9, 2025, at 8 a.m. Central Standard Time to Stephanie Graham at Stephanie.n.Graham@nasa.gov, as oral communications are not accepted, and the procurement will follow commercial item acquisition procedures under FAR Part 12 and 13.