Orthopedic Templating Software
ID: HT9425-25-Q-0068Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the procurement of Orthopedic Templating Software to enhance its medical capabilities. The contract aims to implement a centralized software solution that supports at least 125 concurrent users and integrates with existing Picture Archiving and Communication Systems (PACS) across twelve military medical facilities. This initiative is crucial for improving orthopedic imaging processes while ensuring compliance with stringent cybersecurity standards and Risk Management Framework (RMF) requirements. Interested vendors must submit their proposals by July 21, 2025, and can direct inquiries to Nathan Anderson at nathan.p.anderson19.civ@health.mil or by phone at 301-619-9075.

    Point(s) of Contact
    Files
    Title
    Posted
    The Medical Device and Equipment Risk Assessment (MDERA) Version 6.4.1 outlines the compliance requirements for vendors supplying medical systems and devices to the U.S. Department of Defense (DoD) and the Defense Health Agency (DHA). The document mandates that all medical devices adhere to DoD cybersecurity standards and the National Institute of Standards and Technology (NIST) guidelines. Vendors must complete the MDERA questionnaire thoroughly, as incomplete or misleading information can lead to contract disqualification or breaches. Key sections cover system identification, technical specifications, operating systems, applications, and data processing capabilities, specifically regarding electronic protected health information (ePHI) management. Furthermore, it addresses cybersecurity measures, including vulnerability scanning, endpoint protection, and data encryption both in transit and at rest. Submission of the completed questionnaire is required for the procurement process, ensuring that all medical technologies meet rigorous security and regulatory standards. Compliance with these assessments is critical to obtaining Risk Management Framework (RMF) authorizations, thereby safeguarding the integrity and security of sensitive health data. Overall, the MDERA serves as a vital tool for ensuring that medical devices align with federal security policies.
    The document addresses a series of questions and answers related to the Request for Quote (RFQ) HT9425-25-Q-0068, focusing on technical specifications and contract details. It clarifies that the government does not provide a specific budget for the RFQ. Key clarifications include the optional nature of additional licenses, the requirements for backup strategies in server deployment, and the management of prior purchased licenses regarding Software Maintenance Agreements (SMA). The government will assist with backup solutions while vendors must specify what needs to be backed up. Furthermore, it outlines that vendors could include prior licenses in their proposals, but five years of maintenance must be part of any offer. This exchange illustrates the government's emphasis on ensuring comprehensive vendor proposals that comply with minimal essential characteristics without disclosing financial parameters, reflecting the structured approach typical in federal procurement processes. Overall, the document serves to guide potential vendors in understanding requirements and expectations associated with this RFQ.
    The document outlines a Request for Proposal (RFP) for the Defense Health Agency seeking proposals for Orthopedic Templating Software. The software must support at least 125 concurrent users and integrate seamlessly with current Picture Archiving and Communication Systems (PACS). The contract spans five years and includes provisions for software delivery, installation, training at twelve military medical facilities, and ongoing maintenance. Key deliverables include project management through weekly updates, a comprehensive project plan, and adherence to the Department of Defense's cybersecurity standards and Risk Management Framework. The RFP emphasizes that the contractor must present detailed implementation plans, a cybersecurity compliance assurance with an Authority to Operate (ATO), and regular vulnerability assessments. The proposal must include options for surge licenses, ensuring scalability as needs grow. The document highlights the importance of not only software functionality but also compliance with governance standards, operational integration, and security protocols essential for the effective operation within military healthcare environments. This initiative demonstrates the agency's commitment to advancing healthcare technology while ensuring robust security and support for military personnel.
    The document outlines the modification and amendment details for a solicitation under the contract ID HT942525Q0068. It extends the response deadline for offers from July 16, 2025, to July 21, 2025, and details changes in several Contract Line Item Numbers (CLINs) regarding orthopedic templating software to support 125 users. Key amendments include updates to software descriptions, training requirements, and delivery locations. The document specifies the requirements and evaluation criteria for a Firm-Fixed Price contract aimed at integrating orthopedic templating software with the Defense Health Agency's systems, emphasizing compliance with cybersecurity regulations and successful past performance. It mandates submission of a comprehensive technical quote detailing the Offeror's approach and capacity to meet the Minimum Essential Characteristics (MECs) associated with the software contract. The Government will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to assess bids. This modification is critical for ensuring the government's procurement process effectively aligns with its health technology needs while maintaining rigorous standards for performance, security, and vendor accountability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Dept Of Defense
    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.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    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.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    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.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Encounter-Based Endoscopy Video Imaging System
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking information from qualified contractors regarding the Encounter-Based Endoscopy Video Imaging System (EEVIS) to enhance its medical video imaging capabilities across Department of War (DoW) and Veterans Affairs (VA) healthcare facilities. The primary objective is to standardize, secure, and integrate endoscopic image capture, storage, and retrieval, ensuring compliance with HIPAA, NIST, and NARA standards while facilitating seamless integration with existing Electronic Health Records (EHR) and Picture Archiving and Communication Systems (PACS). This initiative is crucial for improving diagnostic and treatment processes through advanced functionalities, including AI-driven image analysis and decision support tools. Interested parties must submit their capability statements to Ms. Chelsey Jahn at chelsey.n.jahn.civ@health.mil by 1:00 PM ET on January 5, 2026, with a maximum response length of 20 pages.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    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.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the remodel of treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires contractors to provide architectural, structural, and electrical engineering designs, along with specific modifications and approvals, while adhering to infection control standards and utility policies during construction. This procurement is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational standards. Proposals are due by 10:00 AM PST on December 15, 2025, and interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Dept Of Defense
    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.