Interactivation Health Networks, LLC WebMD Ignite- Newborn Channel Subscription Services
ID: HT940625Q0012Type: Solicitation
Overview

Buyer

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

NAICS

Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers (516210)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is seeking a contractor to provide annual subscription services for The Newborn Channel Television Network at Naval Hospital Jacksonville and Naval Branch Health Clinic Mayport. This service aims to deliver educational video content focused on infant care and postpartum tips for new mothers prior to their discharge from the hospital, ensuring compliance with postnatal discharge requirements. The subscription will cover a base period from October 1, 2025, to September 30, 2026, with four optional periods extending until March 31, 2031. Interested contractors must ensure their services are approved by the DHA and comply with federal regulations, with contact inquiries directed to April Gillespie at april.m.gillespie2.civ@health.mil or Jessica Horst at jessica.l.horst5.civ@health.mil for further coordination.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 4:05 PM UTC
The document outlines a solicitation for a non-personal services contract to provide annual subscription services for The Newborn Channel Television Network, specifically for Naval Hospital Jacksonville and Naval Branch Health Clinic Mayport. The aim is to deliver educational video content for new mothers concerning infant care and postpartum tips prior to their discharge from the hospital. The subscription will cover a base period from October 1, 2025, to September 30, 2026, with four optional periods extending until March 31, 2031. Key requirements include providing connectivity via existing cable infrastructure, necessary equipment like satellite dishes and storage servers, and customization of monthly channel guides. Contractors must have their services approved by the Defense Health Agency and comply with various federal regulations and clauses. Lastly, the document emphasizes fair price evaluation and provides essential contact information for coordination, highlighting the importance of adhering to specific governmental standards throughout the process.
Lifecycle
Title
Type
Similar Opportunities
Patient Security System
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the installation of a Patient Security System (PSS) at Naval Hospital Jacksonville, Florida. The objective is to replace the existing PSS with a new system designed to prevent infant abduction, which includes robust monitoring features, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This procurement is critical for enhancing safety measures within healthcare facilities, ensuring secure access to sensitive areas, and maintaining patient care environments. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
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.
Urology Laser, Extra-Corporeal Shockwave Lithotripter and MRI-Ultrasound Fusion Services
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking quotations for Urology Laser, Extra-Corporeal Shockwave Lithotripter, and MRI-Ultrasound Fusion services to be provided at the Naval Hospital in Jacksonville, Florida. The procurement aims to secure advanced medical services, including on-site laser operations, lithotripter services, and imaging support for targeted prostate biopsies, all utilizing FDA-approved equipment compatible with existing hospital systems. This initiative is critical for ensuring the healthcare needs of military personnel are met with high-quality medical services over a multi-year period, from October 1, 2025, to September 30, 2030, with options for extension until March 31, 2031. Interested vendors should submit electronic offers and can contact Ryan Poe at ryan.t.poe.civ@health.mil for further information.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
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.
John Hopkins Adjusted Clinical Groups Software Renewal
Buyer not available
The Defense Health Agency (DHA) intends to issue a sole-source contract to John Hopkins Software for the renewal of the Adjusted Clinical Groups (ACG) licenses, which are critical for population health analysis. This procurement aims to support operational analytics, research, and clinical registries, leveraging the unique capabilities of the ACG system to cluster disease morbidity for enhanced patient case management and risk assessment. The contractor will also be responsible for providing software updates and upgrades, ensuring the system remains current and effective. Interested parties may submit capability statements to Mary Jane Pastran at MaryJane.G.Pastran.ctr@health.mil or Thomas Reese at thomas.l.reese4.civ@health.mil, with the understanding that if no responses are received, the DHA will proceed with the sole-source award.
Neonatal Transportation System (NTS) Removeable Handles
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking sources for the procurement of four Neonatal Transportation System (NTS) Removeable Handles for the United States Naval Hospital Okinawa-Japan's Neonatal Intensive Care Unit (NICU). These handles are essential for both manual movement and securement of neonatal patients during air transport, specifically designed to fit the NTS Stryker configuration. Interested vendors must submit a capability statement by 3:00 PM local time on April 30, 2025, detailing their ability to meet the requirements, with submissions directed to Matthew Teel and Shannon Lertora via email. This opportunity is part of a market research effort and does not constitute a formal solicitation.
Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
Equipment Calibration and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting bids for Equipment Calibration and Maintenance services at the Naval Medical Center Portsmouth, Virginia. This procurement involves a non-personal services contract requiring the contractor to provide all necessary personnel, equipment, and supplies to perform maintenance on medical equipment over a five-year period, from May 2025 to May 2030, including preventive maintenance and corrective repairs while ensuring compliance with regulations such as HIPAA. The selected contractor must maintain equipment according to original manufacturer specifications and submit service reports, with a focus on quality maintenance and operational continuity in medical services. Interested vendors must submit their bids, including a quote and required documentation, by April 25, 2025, at 8:00 AM Eastern Standard Time, and can direct inquiries to Kimberly Bunn at kimberly.p.bunn.civ@health.mil.