Health Care Operations and Other Program Management Support
ID: HT001125R0001Type: 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- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

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

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for health care operations and program management support services under the title "Health Care Operations and Other Program Management Support." The procurement is specifically aimed at small businesses and involves providing comprehensive program support services to enhance the efficiency and effectiveness of the DHA's mission tasks, including TRICARE Health Plan programs, human resources, and various operational activities. This contract, anticipated to be awarded as a single Firm Fixed-Price agreement for a period of 33 months, includes a 9-month base period and two optional 12-month extensions, with the possibility of an additional 6-month service extension. Interested contractors must submit their proposals by February 3, 2025, and can direct inquiries to John J. Kelley or Vicki L. Whiteman at the provided contact details.

    Files
    Title
    Posted
    The document serves as an amendment to a solicitation for a government contract, detailing necessary updates to the original solicitation for project HT001125R0001. Key changes include revisions to the Performance Work Statement and Pricing Worksheet, inclusion of a subcontractor past performance consent form, and clarifications on proposal submission instructions. The amendment specifies financial structures tied to service pricing and outlines volume requirements for proposals, emphasizing a well-defined format for technical submissions, past performance, and pricing information. Importantly, the amendment consists of strict page limits for each proposal section and reinforces instructions for engagement with contracting officers regarding questions and submissions. It directs that an organized approach to project management, quality control, and personnel qualifications is needed. Additionally, considerations for small business representations highlight the government’s focus on diversity within contractor submissions. Overall, this comprehensive amendment enhances the clarity and structure of the solicitation, ensuring that potential contractors understand evaluation criteria and submission expectations in line with federal procurement processes.
    This document is an amendment to a government solicitation, detailing changes made to improve clarity and accuracy within the solicitation process. Key adjustments include the correction of paragraph numbering in the Performance Work Statement, clarification of travel requirements, inclusion of government-furnished workspaces, and updates to evaluation factor numbering. The deadline for offer submissions has been extended to February 3, 2025. Additionally, the document outlines modifications to the evaluation criteria, emphasizing a "best value" subjective tradeoff approach where proposals will be assessed based on technical approach, experience, program management, quality control, key personnel, transition plan, and past performance. The evaluation will prioritize an "acceptable" standard in technical and risk ratings, while price assessments will ensure reasonableness in accordance with federal standards. The document serves to inform potential contractors about the updated terms and evaluation metrics essential for successful proposal submissions, reinforcing the government's commitment to transparency and the procurement process's integrity.
    The document outlines a Request for Proposal (RFP) HT001125R0001 issued by the Defense Health Agency for health care operations and support services. The RFP, set to close on January 27, 2025, at 4 PM local time, invites commercial item solicitation and emphasizes small business participation. Key services include health care operations, travel arrangements, and transition support, with a nine-month period for primary services and various options for extension. The solicitation incorporates clauses from the Federal Acquisition Regulation (FAR) reflective of statutory requirements and standards, focusing on preventing conflicts of interest and ensuring competitive contracting practices. Specific compliance terms include requirements related to subcontracting, labor standards, and organizational conflicts, reinforcing the agency’s commitment to ethical procurement processes. Overall, the RFP indicates the Defense Health Agency's intent to enhance health care delivery through contracted services while adhering to federal guidelines and supporting small business engagement in federal contracting.
    The document outlines a federal solicitation (HT001125R0001) issued by the Defense Health Agency (DHA) for health care operations and related support services. The contract is set for a duration of 9 months, with options to extend for additional 12-month periods. The request is open to small businesses, specifically encouraging participation from service-disabled veteran-owned small businesses and those eligible under HUBZone and women-owned programs. Offerors must respond by January 27, 2025, with specific procurement terms, including fixed-price (FFP) for health care operations, cost reimbursement for travel, and transition services subject to performance work statement requirements. The document includes standard clauses regarding conflicts of interest, subcontracts, and compliance with labor standards. Additionally, it details inspection and acceptance terms, payment processing requirements using the Wide Area Workflow system, and clauses incorporated by reference to secure lawful conduct and protect the government's interests. This contract is significant as it emphasizes the government’s commitment to facilitating small business participation in federal procurement and healthcare support services, reflecting broader governmental objectives in procurement equity and operational efficiency.
    The document is a Request for Proposal (RFP) from the Defense Health Agency (DHA) for health care operations and support services. It outlines the solicitation HT001125R0001, issued on December 13, 2024, with a due date for offers set for February 3, 2025. The RFP details the scope of services required, which includes a 9-month engagement for health care operations support, travel, and transition services, with expanded options for an additional 12-month period. Key stipulations include the requirement for compliance with federal acquisition regulations and various clauses relevant to small businesses, veterans, and labor standards. The document emphasizes the need for the contractor to adhere to protocols regarding conflicts of interest, fraud prevention, and employee rights under labor laws. Additionally, it mandates the reporting of certain financial and operational metrics to ensure transparency and accountability. The RFP serves to solicit proposals from qualified contractors, particularly those that are small businesses or service-disabled veteran-owned entities, facilitating fair access to government contracts and ensuring the efficient delivery of health care services to military personnel and their families.
    The document outlines a non-personnel services contract from the Department of Defense’s Defense Health Agency (DHA) for healthcare operations and management support under the TRICARE Health Plan. The primary purpose is to deliver program management support services for the DHA, specifically in overseeing various healthcare programs and activities associated with the Military Health System (MHS). Key services include the administration of TRICARE purchased healthcare services, operational support of healthcare programs, human resources administration, and executive assistance. The contract spans a nine-month base period with two twelve-month options, incorporating specific transition-in and out phases. The document details the contractor's responsibilities, including quality control and assurance procedures, compliance with security requirements, personnel management, and execution of communication protocols. Furthermore, it emphasizes the critical role of the contractor in supporting the DHA’s mission to ensure efficient healthcare delivery to approximately 9.6 million beneficiaries. Additionally, the contract delineates the expected deliverables such as progress reports, contingency plans, and program management frameworks. Overall, this overview highlights the DHA's strategic approach to enhance service integration and operational efficiency within military healthcare programs.
    The document outlines a non-personnel services contract from the Department of Defense's Defense Health Agency (DHA) for the provision of program management support services related to the TRICARE Health Plan. It details services that include administration, management of healthcare operations, program acquisition, and support for numerous DHA activities across various divisions. The contractor is responsible for delivering personnel, equipment, and expertise while the government retains no control over contractors, who report solely to the prime contractor. The contract will span nine months plus two optional one-year extensions, with phases for transitioning personnel and compliance with non-disclosure agreements. Key tasks include supporting TRICARE health programs, maintaining operational guidelines, managing staff in various DHA locations, and ensuring adherence to healthcare regulations. The contractor must also follow a quality control plan and engage in comprehensive reporting, both on administrative activities and healthcare operational metrics. Additionally, the document specifies requirements for contractor personnel, including roles, travel, and security measures necessary to access DHA facilities and manage sensitive information. Overall, it serves to facilitate effective healthcare operations within the military health system while ensuring continuous improvement and compliance with existing health directives and policies.
    The document outlines the Performance Work Statement (PWS) for a non-personnel services contract to support the TRICARE Health Plan Directorate under the Defense Health Agency (DHA). The contractor is responsible for providing program management, healthcare reimbursement support, and executive assistant services to facilitate the operations of the DHA and its health care programs. Key objectives include enhancing integration between direct and purchased care, managing Military Health System programs, and ensuring efficient healthcare delivery. The PWS details the scope of work, covering areas of program administration, management of human resources, and support for various DHA divisions. The period of performance spans nine months, with two optional 12-month extensions, and includes specific transition-in and transition-out requirements for contractors. Quality control, reporting requirements, and security protocols are emphasized, such as adherence to non-disclosure agreements and maintaining contractor identification standards. Overall, this document serves as a comprehensive guide for contractors bidding to provide services that contribute to the effective management of healthcare operations within the Military Health System, underscoring the importance of clear communication, program management expertise, and compliance with federal regulations.
    The document outlines the Contract Data Requirements List (CDRL) for Program Management Support Services under a federal contract for the Defense Health Agency (DHA). It specifies twelve data items, each with a title, category, requiring office, and delivery requirements. Key items include a Nondisclosure Agreement, Quality Control Plan, Monthly Progress Report, and Transition Plans for both input and output stages. Each item includes a detailed description of requirements, such as timelines for submission and expectations for content. The document is structured into sections detailing each data item's title, description, submission frequency, and specific requirements for reporting and documentation. For example, the Quality Control Plan must be submitted five days post-award and outline procedures for preventing service defects. Other essential requirements detail management of transitions, contingency operations, monthly performance reporting, and updates to TRICARE manuals, reflecting the necessity for systematic accountability and communication in governmental operations. Overall, this document serves as a guide for contractors to ensure comprehensive compliance with federal standards in health service management.
    The document outlines the onboarding process for contractor personnel working with the Defense Health Agency (DHA), specifically focused on obtaining a Common Access Card (CAC) and network access. It consists of several stages, beginning with essential employee information collection, including security clearances and contacts within the organization. Part II details the steps required for pre-CAC onboarding, emphasizing the completion of security profiles and fingerprinting. Once the CAC is acquired, Part III outlines subsequent actions necessary for network access, including training, completion of specific forms, and adherence to security protocols. The document also specifies various forms and approvals needed at different phases, reinforcing the importance of compliance with security and behavioral standards. Task completion must be documented and reported to supervisors, ensuring all necessary protocols are followed. The structure is clearly delineated, guiding employees through the onboarding stages methodically, aiming for efficient integration into the DHA environment while maintaining stringent security measures, reflecting typical protocols found in government contract procedures.
    The Defense Health Agency (DHA) outlines a process for submitting Contractor Common Access Card (CAC) applications through a High-Volume Data Feed (HVDF) Batch Processing Tool. This tool, in Microsoft Excel format, significantly accelerates the approval of Trusted Associate Sponsorship System (TASS) applications for various eligibility categories, such as DoD contractors and non-federal employees. FSOs are responsible for accurate data entry for up to 25 applicants per spreadsheet, adhering to strict formatting rules to avoid upload failures. Details required include personal identification information, contact data, citizenship, military affiliation, and sponsoring office details. The new HVDF tool renders the previous Standard Form obsolete. Upon application approval, individuals receive email instructions to obtain their CAC within a specified timeframe. The document serves as a comprehensive manual for FSOs, ensuring accurate submission processes that comply with government security standards. Overall, it aims to streamline the CAC request process, enhancing efficiency and reducing delays in security clearance validation for contractors and affiliated personnel.
    This document provides a detailed breakdown of a contractor's information related to a government engagement, specifically under the Department of Defense (DoD). It identifies Jane E. Doe, a contractor with a social security number and relevant personal details such as her date of birth (April 5, 1995) and a residence in Chantilly, Virginia. The contractor's affiliation with the DoD is confirmed as she is categorized under a contractor role with specific responsibilities in Defense Health Agency operations until the contract ends on August 1, 2018. The document also outlines contact information, both personal and agency-related, and specifies the contractor's duties to be conducted in Falls Church, Virginia. Authored for compliance and administrative tracking, this document serves to ensure proper vetting and record-keeping for personnel involved in federal contracts, emphasizing the U.S. government's procedure for managing contractor personnel in sensitive or operational roles.
    This document outlines the requirements for contractors regarding the handling of Personally Identifiable Information (PII), Protected Health Information (PHI), and compliance with federal laws such as the Privacy Act, FOIA, and HIPAA. It emphasizes the necessity for contractors to manage records in accordance with federal standards and to adhere to specific procedures when responding to FOIA requests. Key provisions include requirements for identifying systems of records, conducting Privacy Impact Assessments (PIAs) if using DHA data, and establishing Data Sharing Agreements (DSA) when accessing or utilizing such data. Contractor personnel must undergo mandatory training on privacy regulations. The document further delineates procedures for identifying and responding to data breaches or cybersecurity incidents, including immediate reporting obligations and requirements for individual notifications to affected beneficiaries. Ultimately, the document serves to ensure that contractors maintain the confidentiality and security of sensitive information in accordance with federal regulations, prioritizing data protection and privacy in government contracting scenarios.
    The document pertains to a solicitation for a custodial procurement instrument from the Department of Defense (DoD). It includes details related to government-furnished property and specifies the contact information for the contracting officer, Vicki Whiteman. The file outlines requirements for item requisitioning, including serially and non-serially managed items, and emphasizes the importance of providing sufficient details such as quantity, unit acquisition cost, and delivery specifications for each item listed. One key item highlighted is the HP ProBook 640 G8 laptop, with specified quantity, unit price, and instructions on delivery conditions. The structure indicates a formal request and item cataloging process, adhering to federal procurement standards. Overall, this document serves as an essential component of the contracting procedure, ensuring compliance with regulations while facilitating the procurement and management of government property.
    The U.S. Department of Labor’s Wage Determination Register under the Service Contract Act outlines minimum wage requirements applicable to federal contracts, affected by Executive Orders 14026 and 13658. Contracts awarded after January 30, 2022, must pay covered workers at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate exists. The document specifies various occupation codes, corresponding job titles, and mandated wage rates, including fringe benefits such as health and welfare contributions, sick leave, holiday pay, and vacation time. It lays out operational requirements for contractors, including adherence to wage regulations and processes for classifying new job titles not listed in the wage determination. This comprehensive database aims to ensure fair compensation and compliance with labor laws for employees under federally funded contracts, reflecting the Department of Labor's commitment to upholding workers’ rights in service industries across specified states and localities. Contractors must follow strict procedures for wage determinations and any alterations, ensuring transparency and equitable treatment for all workers involved in government contracts.
    The document HT001125R0001 outlines a Request for Proposal (RFP) for Health Care Operations and Program Support, detailing the structure for potential contracts including transition, base, and options for service and travel costs. It includes a CLIN (Contract Line Item Number) breakdown for various service periods, primarily spanning from 6 to 12 months with specific requirements for supplies, services, and travel expenses. The RFP indicates both firm-fixed-price (FFP) and cost-reimbursable (COST) pricing types, with an emphasis on compliance with the Performance Work Statement (PWS). Specific mention is made of allowable travel costs based on actual expenses plus an administrative burden percentage. Key points include the detailed approach to service delivery as outlined in the PWS, the explicit duration for each contract segment, and a focus on capturing accurately the contractor's labor categories, personnel, and subcontracting plans. The overarching goal is to solicit proposals that will enhance operational efficiencies in healthcare support, align with federal guidelines, and facilitate improved service delivery by qualified vendors. This highlights the government’s efforts to procure strategic partnerships for healthcare operations through structured and clearly defined contractual expectations.
    The document is a detailed breakdown of a Request for Proposal (RFP) for health care operations and support services, specifically under the identifier HT001125R0001. It outlines various delivery timelines, including transition, base, and options for service periods, which are categorized by separate CLIN (Contract Line Item Number) entries. The pricing structure is specified in terms of quantity and unit price across different service types, including Fixed Firm Price (FFP) and cost-reimbursable arrangements, with a noted zero percent overhead rate for travel costs. Additionally, services to be provided are aligned with the Performance Work Statement (PWS). The document requires prospective bidders to provide detailed information about their offer, including labor categories, hours proposed, and subcontracting details, ensuring compliance with set criteria. The total evaluated price for specific service terms is outlined, signifying the anticipated costs associated with fulfilling the contract obligations. This document serves as a comprehensive guide for contractors interested in bidding for federal support services in health care, emphasizing cost transparency and compliance with procurement regulations.
    The document outlines a Present and Performance Questionnaire utilized in the evaluation of contractors bidding on government contracts, specifically under RFP HT 001125 R 0001. It includes sections for referencing past performance, assessing compliance with delivery and performance milestones, and evaluating business practices, quality of workmanship, and adherence to contract terms. The evaluators rate the contractor's performance using a standardized scale ranging from Poor (P/U) to Excellent (E) and provide comments for each rating. The document emphasizes the importance of customer satisfaction and the contractor’s commitment to a positive working relationship. Ultimately, it seeks to gather critical insights on the contractor’s overall performance effectiveness and whether the evaluator would consider engaging services again. This questionnaire is a vital component for ensuring quality governance in federal procurement processes, addressing performance history as a key factor in future purchasing decisions.
    The document outlines key details related to government contracts, with a focus on their structure and regulatory considerations. It specifies contract names and numbers, identifies principal customers, and clarifies the role of contractors, whether as a prime contractor, subcontractor, or another designation. Additionally, it highlights essential aspects such as the period of performance, total contract value, and a description of contract requirements. Important compliance elements noted include the presence of Organizational Conflicts of Interest (OCI) and any applicable Limitation of Future Contracting Clauses. The document categorizes OCIs into types such as Biased Ground Rules, Impaired Objectivity, or Unequal Access, which are critical for maintaining fairness and integrity in procurement processes. Overall, the document serves as a framework for understanding the components and regulatory constraints associated with federal and state/local contracts, emphasizing the need for transparency and ethical practices in public contracting.
    The document outlines the funding activity codes used by the Defense Health Agency (DHA) for various federal programs and grants. The list comprises a comprehensive array of codes, each representing different categories or funding areas relevant to DHA operations. These codes, ranging from HT0002 to HT9507, are essential for tracking and managing financial resources related to health services within the military and its associated populations. The extensive catalog indicates a systematic approach to categorizing funding sources, which facilitates accountability and transparent reporting of expenditures. The main purpose of this document is to provide clarity and organization in funding allocations, supporting the DHA's commitment to maintaining effective health services for defense personnel and their families.
    The document is a Subcontractor Past Performance Consent Form associated with Request for Proposal HT001125R0001 for the Defense Health Agency (DHA), focused on Health Care Operations and Program Support. The form outlines the agreement between a subcontractor and a prime offeror to allow information sharing regarding past performance evaluations related to the proposal. It emphasizes that the DHA may seek to communicate about the subcontractor's past performance references and assess any relevant or adverse past performance information. Required signatures from both the subcontractor and the prime offeror are necessary to finalize the consent for this information exchange. This form is a critical component of the RFP process to ensure due diligence in evaluating potential participants’ qualifications and performance history.
    The document outlines responses from the agency regarding a request for proposal (RFP) HT001125R0001 for healthcare operations and program management support, which is a follow-on to the incumbent contract HT001123F0015 held by Axiom Resources Management, Inc. Key aspects of the RFP include confirmation of required personnel, which encompasses various healthcare professionals, administrative support, and analysts. Resumes for all key personnel are mandatory, and no specific award range is disclosed to encourage competitive pricing. The document emphasizes that task assignments will be managed by the successful contractor who will work in support of government objectives, while success metrics will be monitored through a Quality Assurance Surveillance Plan. Telecommuting is permitted, given prior approval, and training on government systems will be provided. Additionally, the offeror must submit past performance references with at least one from the prime contractor. Moreover, the contract is set to start on October 8, after a transition-in period, and offers flexibility on telework for various roles. Key personnel roles will include required qualifications and may involve travel to various government facilities as specified in the performance work statement (PWS). The detailed responses provide clarity on RFP requirements, promoting transparency in the contracting process.
    The document is an agency's response to questions regarding RFP HT001125R0001 for health care operations and program management support. It clarifies that the contract is a follow-on to the existing agreement with Axiom Resource Management, Inc., linking to public information on award values. Key personnel must provide resumes as part of the proposal, and while a precise budget range is undetermined, it implies potential values between $25M and $50M based on the incumbent contract size. Resources expected include a program manager, analysts, and clinical nurses, with a training checklist for onboarding outlined. The contractor is responsible for performance quality, utilizing a defined Quality Assurance Surveillance Plan. Travel is anticipated, mainly within the CONUS but can extend to OCONUS as required. Proposal submissions should follow specific formatting guidelines, including a 120-day validity period for proposals. The agency also notes that no restrictions exist on telecommuting for this contract, promoting flexibility in work arrangements. This comprehensive set of responses aims to ensure clarity on contractual obligations, resource requirements, and performance expectations for prospective offerors.
    Lifecycle
    Title
    Type
    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.
    Health Plan Innovation Support (HPIS) Task 1
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole-source bridge contract to Mercer (US), LLC for Health Plan Innovation Support (HPIS) Task 1. This contract aims to provide ongoing Subject Matter Expertise (SME) for the TRICARE program, focusing on developing and implementing innovative strategies for program administration, contract structuring, and provider reimbursement, while enhancing military medical readiness and beneficiary choice. The contract, effective from January 15, 2026, to January 14, 2027, will cover 12 months of support, with performance primarily in Falls Church, Virginia, and will include travel requirements and compliance with cybersecurity standards. Interested parties can contact Jeanna Butler at jeanna.m.butler.civ@health.mil or Theophilus Agyare at theophilus.o.agyare.civ@health.mil for further information.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    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, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.
    TRICARE Medicare Eligible Program Second Generation (TMEP2) Draft RFP
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry feedback on the draft Request for Proposal (RFP) for the TRICARE Medicare Eligible Program Second Generation (TMEP2), which aims to provide claims processing and customer support services for beneficiaries eligible for both Medicare and TRICARE. The contractor will be responsible for ensuring accurate and timely claims processing, comprehensive customer service, and compliance with federal regulations, while managing a high volume of claims, which historically ranges from 58 million to 59 million annually. Interested parties are encouraged to submit comments and questions regarding the draft requirements by using the provided Excel response template, with electronic submissions due to the primary contact, Kristin Moore, at kristin.m.moore13.civ@health.mil, and secondary contact, Addison Sexton, at addison.t.sexton.civ@health.mil. The government plans to conduct an industry day for all interested parties, and further information will be posted on www.sam.gov.
    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.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    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.
    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.