Digital Imaging Network Picture Archive and Communication System (DINPACS) Workflow Analysis and Training at Naval Medical Center Portsmouth
ID: HT940625R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a firm fixed-price contract to provide non-personal services related to the Digital Imaging Network Picture Archive and Communication System (DINPACS) workflow analysis and training at the Naval Medical Center Portsmouth, Virginia. The contractor will be responsible for ensuring quality control of radiographic images, administering PACS, and providing training and technical support to medical staff, with a focus on maintaining a minimum of 98% system uptime. This procurement is critical for enhancing imaging technology services and improving patient care within the Radiology Department. Interested 8(a) participants must submit their proposals by April 14, 2025, and can direct inquiries to Benjamin Reichlin or Jacqueline M. Mendoza via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation process for a Firm Fixed-Price contract to provide commercial, non-personal services on behalf of the federal government, specifically related to the Digital Imaging Network Picture Archive and Communication System (DINPACS) Workflow Analysis and Training for the Naval Medical Center Portsmouth. The period of performance spans from June 1, 2025, to November 30, 2029, with an optional six-month extension. Interested Offerors must submit proposals by April 14, 2025, including a technical capability statement, past performance references, and pricing for specified contract line item numbers (CLINs). The proposal evaluation criteria are categorized into three factors: Technical Capability, Past Performance, and Price. Past Performance evaluations necessitate a Project Summary Sheet and completion of past performance questionnaires by references. Offerors must demonstrate their technical understanding and ability to meet performance requirements as stated in the Performance Work Statement. The procurement aims to ensure the government selects a contractor that has proven reliability and can deliver effective services. All submitted proposals must adhere to specified guidelines for format and content to be considered valid.
    The document outlines the instructions for offerors responding to a solicitation (HT940625R0006) for commercial, non-personal services related to Digital Imaging Network Picture Archive and Communication System (DINPACS) Workflow Analysis and Training for the Naval Medical Center Portsmouth. The resultant contract will be a Firm Fixed-Price type, spanning from June 1, 2025, to November 30, 2029, with a possible six-month extension. Key submission requirements include electronic proposals demonstrating technical capability, past performance references, and pricing for all specified Contract Line Item Numbers (CLINs). Offers must present details within a structured proposal, including a cover sheet, a technical capability assessment, past performance documentation, and compliance with specified formatting requirements. Evaluations will focus on Technical Capability, Past Performance, and Price, ensuring that past work is relevant and recent (within three years). Offerors must submit past performance questionnaires (PPQs) and can provide information through their proposed pricing. Deadlines include questions due by March 21, 2025, and proposals due by April 14, 2025. The document serves to ensure that the Government assesses offers effectively and transparently while adhering to procurement regulations. It emphasizes the importance of demonstrating past success and provides clear guidelines for submission to facilitate the selection process.
    The document outlines the evaluation criteria for a government contract proposal, emphasizing a best-value approach for awarding contracts based on technical capability, past performance, and price. It specifies the order of importance as follows: Technical Capability (most important), followed by Past Performance and Price. Technical Capability will be assessed on the offeror’s ability to fulfill service requirements detailed in the Performance Work Statement (PWS) along with a clear labor mix. Past Performance evaluation focuses on the offeror's recent and relevant experiences, breaking it down into recency, relevancy, and quality, which contribute to an overall confidence assessment rating ranging from "Substantial Confidence" to "No Confidence." Price will be evaluated separately, considering its reasonableness and completeness against similar market offerings. A proposal lacking reasonable pricing may be excluded from consideration. Ultimately, only proposals receiving an acceptable overall rating will be further evaluated for potential contract award, supporting the government’s goal for effective service delivery while ensuring fiscal responsibility.
    Amendment 01 to Solicitation HT940625R0006 addresses an error in the provided email address found in Attachment 1 – Addendum to 52.212-1. This amendment is significant as it ensures that stakeholders can communicate accurately and efficiently regarding the solicitation. Correcting the email address aligns with the federal government's commitment to transparency and effective communication practices in the procurement process. By officially updating this error, the amendment facilitates better interactions among involved parties and improves the overall administration of the solicitation process. This document is part of the broader context of government Requests for Proposals (RFPs), which are crucial for engaging various stakeholders in public procurement activities.
    The Naval Medical Center Portsmouth (NMCP) is seeking proposals for a firm fixed-price contract to provide non-personal services related to the Digital Imaging Network Picture Archive and Communication System (DINPACS) workflow analysis and training. This Request for Proposal (RFP) is limited to eligible 8(a) participants as part of a streamlined acquisition process, with a total estimated contract duration from June 2025 to November 2029, including optional extensions. The contractor will be responsible for administering and supporting the PACS, ensuring quality control of radiographic images, and overseeing technical IT elements, primarily focused on smooth operations within the Radiology Department. Services will include training for medical staff, troubleshooting, and full support of enterprise systems, ensuring a minimum of 98% system uptime. Key personnel from the selected contractor must perform management and technical roles in compliance with established guidelines, including quality control and assurance measures. The document specifies various performance tasks, such as maintaining system security, documenting technical procedures, and conducting emergency support throughout the contract duration. This solicitation underscores NMCP’s commitment to improving imaging technology services while adhering to stringent operational and training standards to enhance patient care.
    Similar Opportunities
    DA10--Medicom Imagex Service Contract *BRAND NAME ONLY*
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a Medicom Imagex Service Contract aimed at enhancing the electronic exchange of radiology imaging exams and reports for veterans seeking diagnostic services outside the VA, particularly under the Mission Act. The contract will focus on automating the transfer of medical images to reduce delays caused by physical media like CD-ROMs, while ensuring integration with existing VA technologies to facilitate bi-directional data exchange with community healthcare providers. This initiative is critical for improving the continuity of care for veterans and minimizing operational bottlenecks in accessing diagnostic imaging. Interested parties, especially service-disabled veteran-owned and small businesses, are encouraged to respond to this Sources Sought Notice for market research purposes, with further details available from Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-939-9281.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Q522--FY25: Teleradiology| Orlando
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Off-site Teleradiology Services to support the Orlando VA Medical Center. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) model, encompassing a base year and four option years, with an estimated total budget of $19 million. The selected contractor will provide Board Certified Radiology Physicians to deliver teleradiology services in compliance with American College of Radiology standards, ensuring high-quality care and adherence to privacy regulations. Interested parties should contact Contract Specialist Daniel Speed at Daniel.Speed@va.gov for further details and to submit proposals in accordance with the outlined requirements.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire advanced imaging equipment, specifically focusing on high-tech medical devices for the National Acquisition Center, with an emphasis on compliance with updated technical specifications and training requirements for clinical staff. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring improved diagnostic capabilities and operational efficiency within VA facilities. Interested vendors must submit their proposals by April 9, 2025, and direct any inquiries to Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    Dental Imaging
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential suppliers for Dental Imaging Equipment intended for the Antelope Valley Community-Based Outpatient Clinic in Lancaster, California. The procurement focuses on acquiring DEXIS Imaging products, including IntraOral X-ray Units, Combo Kits for sensors, and an OP 3D Pan Upgradable unit, along with installation services, to enhance dental care for veterans. This Sources Sought notice aims to assess the capabilities of interested suppliers, particularly those that are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), in compliance with federal regulations such as the Buy American Act. Interested parties must submit their responses, including company details and qualifications, via email by March 14, 2025, to Brian Edwards at Brian.Edwards3@va.gov or Timothy L. Garrity at timothy.garrity@va.gov.
    Computed Radiography Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Computed Radiography Unit, which includes a CR reader and imaging plates, essential for military operational readiness. The equipment must feature advanced capabilities such as laser scanning technology and high-resolution data processing, along with necessary accessories for effective operation and mobility. This procurement is a total small business set-aside, with quotes due by March 18, 2025, and delivery expected within 30 days after award, contingent upon funding availability. Interested vendors can contact Paula Garcia at paula.garcia.1@us.af.mil or Thomas Hembree at thomas.hembree@us.af.mil for further details.
    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.
    DH01--VISN22 Data Innovations Instrument Manager Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the DH01--VISN22 Data Innovations Instrument Manager Service, aimed at providing maintenance, service, and support for Data Innovations Instrument Manager Licenses across the Veterans Integrated Services Network (VISN) 22. This procurement involves a Blanket Purchase Agreement (BPA) with a five-year base period, ensuring the operational support of critical data management tools that connect lab instruments to the electronic health record system (VistA), which is vital for efficient healthcare delivery within the VA system. Interested vendors must comply with technical specifications and submit detailed pricing by March 14, 2025, at 1:00 PM Pacific Time, with the evaluation based on the lowest acceptable price that meets all requirements. For further inquiries, vendors can contact Contract Specialist Samuel Han at Samuel.Han@va.gov or by phone at 562-766-2314.
    BPA - X-RAY FILM AND SUPPLIES PSC 6525
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for X-ray film and supplies, specifically under the PSC code 6525 and NAICS code 325992. The procurement includes items such as radiographic film and processing chemicals, with a focus on standard commercial supplies and services offered at competitive prices. These supplies are critical for medical, dental, and veterinary imaging applications, ensuring the availability of essential materials for various imaging needs. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on past performance and customer satisfaction. For further inquiries, vendors can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    DA10--Brand Name or Equal requirement for Vaultara Licensing and Support for Veterans Integrated Service Network 20
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for Vaultara licensing and support services through solicitation number 36C26025Q0314, specifically for Veterans Integrated Service Network (VISN) 20. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance the VA's technological capabilities by acquiring software licenses, ongoing maintenance, troubleshooting support, and user training for Vaultara's cloud-based imaging and medical data sharing applications. The contract period is for one year, from September 30, 2025, to September 29, 2026, with a total award amount of $47 million. Interested vendors must submit their offers via email to Contracting Officer Jennifer Robles by 3 PM Mountain Time on March 26, 2025, ensuring compliance with federal regulations and VA invoicing procedures.