REQUEST FOR PROPOSAL; HMIS RFP# 378136 REV. 04
ID: 378136Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFHANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTORRichland, WA, 99354, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Energy, through Hanford Mission Integration Solutions, LLC (HMIS), is seeking proposals for professional services related to the implementation of PeopleSoft Enterprise Resource Planning (ERP) systems, specifically focusing on Finance and Human Capital Management for Human Resources. The procurement aims to enhance operational efficiency by integrating various PeopleSoft modules, including Financials, Project Costing, and Time & Labor, while ensuring compliance with federal regulations and HMIS standards. This initiative is critical for modernizing financial and HR processes at the Hanford Site, facilitating better management of resources and data. Interested vendors must submit their intent to bid by June 18, 2025, with final proposals due by July 9, 2025, and can direct inquiries to Joann Carter at joann_carter@rl.gov or Zak Reams at zakery_s_reams@rl.gov.

    Files
    Title
    Posted
    The document outlines the requirements for the implementation of PeopleSoft Financials systems for a government contract, emphasizing advisory, design, assistance, and training throughout the implementation process. Key tasks include setting up an audit trail, full implementation of various PeopleSoft modules like Financials, Project Costing, and integration with Human Capital Management systems. It involves configuring general ledger architectures for multiple business units and integrating billing capabilities for contractor operations. Furthermore, the implementor is tasked with establishing workflows, developing reporting systems, migrating data from existing platforms, and delivering necessary training sessions for users and administrators before going live. The overall goal is to ensure a smooth transition to the new ERP system while addressing specific contract requirements efficiently, and the document reflects the structured guidance required in government RFPs for financial systems integration.
    The document outlines the requirements for implementing a comprehensive human resource management system using PeopleSoft modules. It details mandatory (Priority A) and optional (Priority B and C) tasks to be performed by the implementor, which include setting up systems for performance evaluations, recruiting, compensation management, benefits administration, and succession planning. The implementor is tasked with assisting in various configurations, such as defining evaluation criteria, tracking employee progress, managing recruitment processes, and handling compensation budgets. Security requirements and historical employee tracking are also highlighted. The emphasis is on administrative support to ensure seamless integration across various HR functions, aiming for efficiency and compliance in HR operations. The document serves as a guide for government entities to ensure a structured approach to HR system implementation while meeting specific criteria laid out for government RFPs and grants.
    The document outlines a set of requirements for the implementation of the PeopleSoft Time and Labor module within an organization. The implementor is tasked with advising and assisting in various aspects of this integration, including automating finance and payroll systems, configuring multiple charge codes and labor agreements, and enabling manual overrides when necessary. The requirements emphasize creating a comprehensive audit trail, facilitating employee and manager interactions regarding timecard entries, and establishing automated notifications for time submissions. Additionally, the implementor must set up a robust reporting framework, track various leave types, and configure user interfaces based on specific business needs. Importantly, the project will also address payroll integration and the management of overtime, ensuring compliance with company practices. Overall, these requirements aim to enhance the efficiency and accuracy of the organization’s timekeeping and payroll processes, reflecting a commitment to modernizing operations through technology.
    The document outlines a Request for Proposal (RFP) for implementation professional services related to the PeopleSoft Enterprise Resource Planning (ERP) system at the Hanford Site, managed by the Department of Energy. Specifically, it entails upgrading the Finance and Human Capital Management modules to enhance financial planning and human resource activities across multiple contractors on site. Key objectives include providing implementation and advisory services for modules such as Project Costing, Financials, Payroll, and Time & Labor while ensuring compliance with HMIS standards. The subcontractor is required to deliver specific outcomes, including project schedules, status reports, and risk management updates. The performance work statement emphasizes the need for technically qualified subcontractor resources operating under the oversight of HMIS, responsible for various tasks ranging from configuration management to user training. It also outlines the necessary qualifications for personnel involved, specifying ten years of relevant experience and expertise in PeopleSoft ERP systems. Onsite work is anticipated, necessitating adherence to safety, environmental, and health requirements. The document serves as a comprehensive guideline for prospective contractors, detailing both the scope of work and the specific administrative processes necessary for project execution.
    The Hanford Mission Integration Solutions (HMIS) General Provisions for Commercial Items establishes guidelines for subcontractors working under the U.S. Department of Energy (DOE) contracts. Key components include definitions, order of precedence, safety and quality standards, subcontracting policies, and conditions for termination. Contractors are to ensure compliance with thorough inspection and quality control measures, manage subcontractor relationships effectively, and maintain safety by reporting any incidents or hazards. The provisions highlight the importance of preventing counterfeit materials, minimizing work interference with other operations, and ensuring that all subcontractors follow the required regulations. They stipulate that subcontractors must not exceed 70% of subcontracted work without prior approval and must keep informed records regarding confidential information. Additionally, they emphasize the requirement for detailed reporting on progress, inspections, and delays. Ultimately, these provisions ensure that all work conducted under DOE contracts aligns with federal standards and facilitates efficient project execution while emphasizing safety and accountability in procurement processes. They serve as a framework for effective management and oversight in government contracting contexts.
    The Hanford Mission Integration Solutions Provisions outlines special provisions related to software in federal contracts, particularly in the context of subcontracting within the Department of Energy. Key points include a covenant against contingent fees, wherein the Licensor affirms no improper influence has been used to obtain the contract. It outlines restrictions on subcontractor sales, ensuring that subcontractors can sell directly to the government, except where legally barred. The document addresses patent and copyright issues, requiring the Licensor to report any infringement claims and provides indemnity against liabilities resulting from such claims. Additionally, it establishes that any clauses in end-user agreements that impose indemnification on the Buyer or Government are deemed unenforceable. The provisions ensure compliance and protect government interests during software licensing and contracting processes. Overall, the document is essential for maintaining integrity, legal compliance, and fairness in federal subcontracting scenarios.
    The Hanford Mission Integration Solutions (HMIS) Special Provisions for On-Site Services outlines mandatory guidelines and safety standards for subcontractors working at the Hanford Site in Washington. The document emphasizes environment, safety, and health (ES&H) management, requiring compliance with approved worker safety programs and strict adherence to protocols surrounding radiological work. Key provisions include safety and quality standards, protective measures for materials and equipment, labor harmony, confidentiality of sensitive information, and medical requirements for employees. Subcontractors must notify relevant authorities for certain shipments, maintain insurance coverage, and ensure that all employees undertake site-specific training. There are detailed regulations on handling hazardous materials, including waste rejection and disposal procedures. The document underscores the importance of retaining security clearances and adherence to strict security protocols, as well as the authority of employees to stop work in unsafe conditions. Overall, this document serves to ensure the safety, compliance, and proper management of hazardous activities at the Hanford Site, reflecting the extensive regulatory framework associated with federal contracting and government operations.
    The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage and fringe benefit rates that federal contractors must adhere to when engaging in service contracts, specifically in Washington's Benton and Franklin Counties. It details the applicable minimum wages based on two Executive Orders depending on the contract date, with rates of at least $17.75 per hour for contracts after January 30, 2022, and $13.30 for those awarded between 2015 and January 29, 2022. Specific occupations and their respective wage rates are listed, covering various categories such as administrative, automotive service, food preparation, health occupations, technical, and recreational services. Each occupation includes rates for clerical, service, maintenance, and technical workers, emphasizing the legal obligations for benefits such as healthcare, vacation, and paid sick leave. Furthermore, the document outlines the procedure for submitting requests for classification and wage adjustments for unlisted job roles. Overall, this determination informs contractors of their obligations and standards to ensure fair compensation and compliance with federal regulations in service contracts.
    The provided document presents an error message indicating that the content is not accessible due to compatibility issues with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader to properly display the contents. The note includes details on the trademarks of Windows, Mac, and Linux operating systems, providing guidance for users seeking assistance with Adobe Reader. Despite the lack of substantive content related to federal RFPs, federal grants, or state and local RFPs, the document reflects a common issue encountered in digital document viewing, underscoring the importance of compatible software for accessing government files efficiently. No specific topic or proposals are available for summarization, and thus, the summary focuses on the technical aspects of document accessibility rather than any grant or funding opportunities.
    The document outlines an Intellectual Property Agreement between an employee and Hanford Mission Integration Services, LLC (HMIS). Its primary purpose is to establish ownership rights over intellectual property created during the employee's tenure with HMIS. The agreement details that any inventions, discoveries, or developments made during employment—regardless of time or location—are to be assigned to HMIS, provided they relate to the company's business activities. Employees must assist HMIS in protecting these rights even after their employment ends. Furthermore, the agreement includes a clause regarding compliance with the Atomic Energy Act, allowing HMIS to claim ownership without providing additional compensation. It specifies that the agreement does not apply to inventions developed fully on the employee's own time, unless related to HMIS operations. Lastly, employees must disclose any pre-existing intellectual property at the start of their employment to clarify ownership. This agreement is significant in the context of federal and state contracts, ensuring that intellectual contributions align with government oversight and compliance requirements.
    RFP 378136 outlines the proposal structure requirements for bidders responding to a federal government Request for Proposal. Proposals must be concise, no longer than 20 pages, and follow a specific format, including an Executive Summary, Technical Response, Cost/Price Proposal, and Relevant Past Performance. The Executive Summary should include a narrative summary without cost details and highlight unique features aligned with evaluation criteria. The Technical Response must clearly outline the methodology and address project risks, personnel qualifications, and experience. Required personnel for the project should include a Project Manager, PeopleSoft Systems Administrator, PeopleSoft Developers, and Functional Subject Matter Experts, each with specified roles and expertise. The document establishes expectations for the contractor's capabilities, personnel management, and communication with HMIS resources, emphasizing effective proposal delivery and thorough project execution. This RFP serves to select a qualified contractor for a PeopleSoft upgrade project, ensuring compliance with required specifications and standards.
    The document outlines a Subcontract Release between Hanford Mission Integration Solutions, LLC and a subcontractor, detailing the terms for performing specified goods and services for the U.S. Department of Energy. It includes sections that elaborate on the Statement of Work (SOW), effective term, contract type, total subcontract value, and compensation terms. The release stipulates authorized personnel for contract changes, a ceiling price for payments, and conditions under which the subcontract can be amended. Key points include the requirement for the subcontractor to provide all necessary labor and materials as per the SOW, the contract's term from one specified date to another, and the stipulation that the subcontractor cannot exceed the ceiling price without proper amendment. Additionally, the document designates a Technical Representative and lists applicable attachments that form part of the subcontract. Overall, this Subcontract Release serves as a formal framework governing subcontractor obligations and expectations, emphasizing compliance and clear communication for federal projects, aligning with processes typically found in government RFPs and grants.
    This document serves as a cost summary template for a Firm Fixed Price proposal addressing various components required for compliance with government RFPs. It outlines multiple cost categories, including labor, materials, and other direct costs. The labor section breaks down labor rates by job classification, detailing base pay, fringe benefits, payroll taxes, overhead, general and administrative expenses, and profit, culminating in a fully burdened labor rate. The materials section lists item descriptions, quantities, unit prices, and total material costs, including associated suppliers. Additionally, the document includes a segment for other direct costs not captured under labor or materials, requiring detailed descriptions and item specifics. The purpose of this structured format is to ensure the comprehensive presentation of financial estimates and adherence to governmental financial accountability requirements, facilitating clearer evaluations of proposals submitted for federal and state grants or contracts. The overall aim is precision in cost estimation to support the bidding process in potential government projects.
    The Request for Proposal (RFP) No. 378136 issued by Hanford Mission Integration Solutions, LLC seeks implementation professional services for PeopleSoft Enterprise Resource Planning, specifically in Finance and Human Capital Management for Human Resources, under a contract with the U.S. Department of Energy. Key submission deadlines include an intent to bid by June 18, 2025, a preproposal conference on June 23, and final proposals due by July 3, 2025. Proposals will be evaluated based on a tradeoff selection process prioritizing technical capabilities over cost. The document outlines extensive requirements for proposal structure, technical qualifications, past performance references, and various certifications, including compliance with federal regulations. It emphasizes the importance of proper disclosures regarding conflicts of interest, debarment status, and employment eligibility verification. The submission must also include a detailed price proposal, labor matrix, and compliance with small business contracting standards if applicable. The RFP serves as a formal mechanism for selecting a qualified contractor who will contribute to the efficient implementation of the specified enterprise solutions while upholding regulatory compliance and ethical standards in federal contracting.
    The document outlines a series of questions and answers related to Request for Proposal (RFP) 378136, focusing on a project aimed at re-implementing finance and employee management systems using PeopleSoft technologies. Key topics include the nature of the award (a single award is intended), qualifications for key personnel, submission requirements for resumes and exhibits, and project details such as the current team's size and system customization. The RFP emphasizes the need for U.S.-based, U.S. citizen resources due to security protocols and the importance of adhering to federal regulations. It discusses project specifics like database platform hosting, module functionalities (finance and project costing), and the anticipated timeline for deployment. Companies are advised to propose best practices for project implementation, including training provision and oversight roles. Additionally, potential contractors must understand compliance requirements, including Section 508 accessibility. The document serves to clarify expectations for proposals, emphasizing the need for thorough submissions while ensuring alignment with regulatory and operational standards. It reflects a structured approach to gathering responses that will inform the selection of a contractor capable of supporting substantial operational upgrades.
    Hanford Mission Integration Solutions, LLC (HMIS) has issued Addendum Number 001 to Request for Proposal (RFP) 378136, which seeks implementation professional services for PeopleSoft's Enterprise Resource Planning, specifically focused on Finance and Human Capital Management. The proposal submission deadline has been extended from July 3, 2025, to July 9, 2025, at 4:00 PM (PT). Following the proposal evaluation, selected Offerors will be contacted to schedule project presentations between July 28, 2025, and August 6, 2025. The amendment includes a note clarifying that the Performance Work Statement (PWS) remains in Revision 0 and corrects an inventory error regarding Appendix D in the acceptance criteria. Additionally, an attachment containing a Q&A from pre-proposal sessions is provided, with all inquiries directed to the procurement specialist via email. HMIS anticipates receiving proposals and looks forward to engaging potential Offerors in the upcoming selection process.
    The document is an addendum from Hanford Mission Integration Solutions, LLC (HMIS), addressing potential offerors for Request for Proposal (RFP) 378136 related to the implementation of professional services for PeopleSoft Enterprise Resource Planning, focusing on Finance and Human Resources. The addendum serves to provide additional information, specifically a question and answer section found in an attached document. Interested parties are instructed to direct any inquiries to the listed Procurement Specialist, Joann Carter, via email. The communication underscores HMIS’s anticipation of responses from potential contractors, indicating a proactive approach to engaging with offerors in this procurement process.
    The document serves as Addendum Number 003 for Request for Proposal (RFP) 378136, which pertains to the implementation of professional services for PeopleSoft Enterprise Resource Planning, specifically targeting Finance and Human Capital Management within Human Resources. Issued by Hanford Mission Integration Solutions, LLC (HMIS) on July 2, 2025, the addendum provides crucial updates and guidance for potential offerors interested in submitting proposals. An attachment is included that addresses questions received regarding the RFP, emphasizing that inquiries should be directed to the designated Procurement Specialist, Joann Carter, via email. HMIS expresses eagerness for responses from bidders, reinforcing their commitment to this procurement process. This document highlights the structured approach HMIS employs in soliciting proposals for government projects, ensuring a transparent and accessible bidding process for all interested parties.
    This document serves as Addendum Number 004 to Request for Proposal (RFP) 378136, which is for the provision of professional services related to the implementation of PeopleSoft Enterprise Resource Planning systems focused on Finance and Human Capital Management, particularly in Human Resources. The addendum includes a question-and-answer attachment to clarify aspects of the RFP. Furthermore, it specifies that there will be no extensions to the proposal due date, which remains set for July 9, 2025, at 4:00 PM (PT). Proposals must acknowledge receipt of all addendums, and inquiries should be directed to the Procurement Specialist, Joann Carter, via email. The addendum indicates a structured process for potential offerors, aiming to ensure clarity and compliance while emphasizing the importance of timely submissions in the procurement process.
    RFP 378136 is an addendum detailing the requirements for providing Professional Support for Peoplesoft's Human Capital Management (HCM) system. Key topics include Human Resources operations—questioning aspects such as Position Management, global assignments, and employee data maintenance. It explores current system landscapes, integration of third-party systems, and the status of various HCM modules in use. The document outlines training, quality assurance, and the roles involved in the implementation, emphasizing the necessity for Quality Assurance (QA) processes that align with regulatory standards. Additionally, it addresses Business Intelligence needs and compliance with various federal reporting formats. The document emphasizes a desire for modernization and enhanced functionality, with HMIS expressing the goal to integrate seamlessly with financial and supply chain modules by September 2026. A significant focus is on standardization across various departments while considering the current decentralized model. The RFP concludes with estimates of resources required for implementation, indicating an extensive restructuring of the existing HCM landscape that aims to be both compliant and efficient moving forward. Overall, this addendum is essential for guiding potential vendors in understanding the complex needs and expectations regarding the implementation and support of Peoplesoft systems within HMIS.
    RFP 378136 addresses the need for professional support in implementing PeopleSoft Financials & Supply Chain Management (FSCM) and Human Capital Management (HCM) systems for HMIS. The document outlines critical questions and considerations related to financial processes, project costing, payroll, and succession planning that the new solution must address. Key points include the necessity to identify pain points within financial operations, essential workflow configurations, and potential data migration challenges, especially concerning historical data and chart-of-accounts redesign. The RFP also highlights the requirement for integration with existing systems, such as procurement and asset management, while offering opportunities for implementing best practices in financial controls and reporting. It further specifies the need for planning around ongoing operations and the timelines for phase-wise implementation of the system features. Overall, this RFP reflects HMIS's strategic initiative to modernize its financial and human capital processes through a systematic and integrated PeopleSoft approach, which balances the need for immediate solutions with long-term operational efficiency goals.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DEPARTMENT OF ENERGY OFFICE OF ENVIRONMENTAL MANAGEMENT SPECIAL NOTICE - PROCUREMENT SCHEDULE UPDATE
    Buyer not available
    The Department of Energy's Office of Environmental Management (DOE-EM) is issuing a series of special notices to provide updates on upcoming procurement schedules for major Request for Proposals (RFPs) related to environmental remediation services. The notices aim to ensure high-quality proposals and robust competition for upcoming acquisitions, with key projected RFP release dates including the Portsmouth Infrastructure Support Services in September 2025, the Los Alamos Legacy Cleanup Contract in December 2025, and the Hanford General Support Services Contract in March 2026. These procurements are critical for advancing the DOE's environmental management objectives and ensuring effective cleanup operations across various sites. Interested parties can direct inquiries to Aaron Deckard, Procurement Director at EMCBC, via email at EMProcurementNews@emcbc.doe.gov for further information.
    Argonne Research Project Management System RFI
    Buyer not available
    The Department of Energy's Argonne National Laboratory is seeking information for a Research Project Management System (RPMS) to enhance its project management capabilities. The RPMS aims to standardize and automate workflows, improve risk evaluation processes, and provide robust oversight for research projects, addressing current inefficiencies in Argonne's fragmented processes. This initiative is crucial for ensuring compliance with federal regulations and institutional policies while supporting a user base of 300-600 individuals across 10-30 distinct workflows. Interested vendors must submit their responses by December 10, 2025, at 5:00 PM Central Time, and can direct inquiries to primary contact Jack Patton at jpatton@anl.gov or secondary contact Sandy Smith at sweso@anl.gov.
    DMDC USHRIS
    Buyer not available
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    Request for Information - Hanford 222-S Laboratory
    Buyer not available
    The Department of Energy is seeking information regarding the Hanford 222-S Laboratory through a Request for Information (RFI) as part of its market research efforts. This RFI is not a solicitation for proposals but aims to gather insights from industry stakeholders about remediation services relevant to the laboratory's operations. The information collected will assist the department in understanding the capabilities available in the market, which is crucial for future procurement decisions. Interested parties can reach out to Jose E. Ortiz Delgado at jose.ortiz@emcbc.doe.gov or call 513-310-2361 for further inquiries.
    RFI-Human Resources PAR, Pay and Benefits Processing Service
    Buyer not available
    The Department of Commerce (DOC) is seeking industry input through a Request for Information (RFI) regarding Personnel Action Requests (PAR), Payroll, and Benefits (PP&B) services to support its operations. The objective is to gather market research on potential third-party vendors who can provide these essential HR services, which include transactional processing, operations management, and call center support, as well as adherence to service level agreements (SLAs) and quality control measures. This RFI is crucial for understanding the capabilities of the market and does not constitute a formal solicitation; any subsequent procurement will be announced separately. Interested parties are encouraged to submit their responses by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Courtney C. Palmer at cpalmer@doc.gov or by phone at 202-207-7685.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    Argonne Prism Replacement System RFI
    Buyer not available
    The Department of Energy, through UChicago Argonne, LLC, is seeking information on commercial-off-the-shelf (COTS) solutions for the Prism Replacement System, aimed at enhancing the management of assessments and performance improvement programs at Argonne National Laboratory. The new system must be comprehensive and centralized, capable of integrating with existing applications to streamline operations, reduce technical debt, and improve user experience. This system is critical for ensuring that Argonne's programs meet customer expectations and regulatory requirements, while also safeguarding personal identifiable information (PII). Interested vendors should submit their responses by December 11, 2025, and direct any questions to Jack Patton at jpatton@anl.gov or by phone at 630-252-6356.
    Sources Sought: UFMS and HYPERION Operations and Maintenance (O&M) Support
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking information from qualified entities for a Sources Sought Notice regarding Operations and Maintenance (O&M) support for UFMS and HYPERION systems. The procurement aims to gather capabilities for providing technical, functional, and business operations support for the IHS Office of Finance and Accounting and its Area Offices, focusing on systems such as Oracle Federal Financials and Oracle Hyperion. This initiative is crucial for ensuring effective financial management and reporting within the IHS, and responses are particularly encouraged from Indian Small Business Economic Enterprises (ISBEE) and other small business concerns under NAICS code 541511. Interested parties should submit their capabilities, including a cover page, executive summary, technical capabilities, and past performance, not exceeding 10 pages, to the primary contact, Hillary Marshall, at Hillary.Marshall@ihs.gov, or the secondary contact, Natasha Bitsoi, at Natasha.Bitsoi@ihs.gov.
    R--This is a sources sought, request for information
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    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.