Healthcare IT support for Extract Lab Management System (ELMS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Health Readiness Contracting Office is soliciting proposals for Healthcare IT support for the Extract Lab Management System (ELMS) at the United States Army Centralized Allergen Extract Laboratory (USACAEL), Kimbrough Ambulatory Care Center, Ft Meade, Maryland. This is a 100% Small Business Set-Aside for one (1) Full-Time Equivalent (FTE) IT Healthcare Support technician. The contract will be a Firm-Fixed Price with a base year and three one-year option periods, covering February 15, 2026, through February 14, 2030. Quotes are due by Wednesday, January 28, 2026, at 4:00 PM EST.
Scope of Work
The contractor shall provide non-personal services for continued maintenance, cybersecurity upgrades and certification/compliance (e.g., eMASS) renewals, modifications, and enhancements to the web-enabled ELMS. This includes technical project management, requirements analysis, design, development, implementation, quality assurance, and support for enterprise-wide compliance with allergy immunotherapy practice parameters. The system must maintain high operational availability, provide role-based controlled access (DOD CAC or VA PIV), and be upgraded to .NET Core version 8 (or latest supported version) in phases. Coordination and transition activities with the incumbent contractor are required.
Contract & Timeline
- Solicitation Number: W81K0426QA022
- Contract Type: Firm-Fixed Price
- Period of Performance: February 15, 2026 – February 14, 2030 (Base year + three 1-year options)
- NAICS Code: 541512, Computer Systems Design ($34M size standard)
- PSC: DA01, IT and Telecom – Business Application / Application Development Support Services (Labor)
- Response Due: January 28, 2026, 4:00 PM EST
- Published: January 22, 2026 (Amended)
Set-Aside
This opportunity is a 100% Small Business Set-Aside.
Evaluation & Submission
Award will be based on a Best Value tradeoff process, considering Technical Capability (Acceptable/Unacceptable), Past Performance (significantly more important than price), and Price. Offerors must submit electronic quotes via email, including their Unique Entity ID (UEI), CAGE code, and tax ID number. A Technical Plan is limited to 5 pages. Resumes are not required for proposed FTEs. Past Performance requires a completed Past Performance Questionnaire (Attachment B) and a Past Performance Summary Sheet (Attachment C) for up to five references. An incumbent contractor currently holds the expiring contract W91YTZ22P0088.
Contact Information
- Primary Point of Contact: Cotrena Brown-Johnson (cotrena.y.brownjohnson.mil@health.mil)