Medical All-in-One (AIO) Computers - JEFO
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 Defense Health Agency (DHA), specifically the DHA Enterprise Medical Support EMS-CD, has issued a Justification for an Exception to Fair Opportunity (JEFO) to procure 1,957 Medical All-in-One (AIO) Computers of the DT Research brand. This procurement is for the Defense Healthcare Management Systems (DHMSM) program to support the MHS GENESIS system, ensuring standardization and compatibility. This requirement is anticipated to be a small business set-aside.
Scope of Work
This JEFO outlines the need for DT Research Medical All-in-One (AIO) computers to maintain standardized workflows within the MHS GENESIS system. These AIO computers are crucial for improving the electronic exchange of medical and patient data and supporting healthcare administration and delivery across Department of Defense (DoD) Military Treatment Facilities.
Key requirements include:
- Product: DT Research brand Medical All-in-One (AIO) computers.
- Quantity: 1,957 units.
- Compatibility: The specified computers are uniquely compatible with existing power consumption requirements for Workstations on Wheels (WOWs) and Operating Room (OR) Anesthesia workflows. They have undergone extensive testing and software configurations, and are approved for connection with the MHS GENESIS system.
- TAA Compliant: All computers must be TAA Compliant.
Contract Details
- Contract Type: Firm-fixed-price delivery order.
- Procurement Method: Via National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP).
- Period of Performance: Delivery is requested no later than August 2026.
- Set-Aside: This requirement will be a small business set-aside.
- Place of Performance: DWG, TX.
Justification & Competition
The exception to fair opportunity is justified under FAR 16.505(b)(2)(ii)(B) and FAR 16.505(a)(4)(i). The justification highlights the unique compatibility and essential features of the DT Research brand, stating that substitutions would be infeasible without significant delays (estimated one year) and costs to the ACAT 1 deployment schedule.
Market research conducted on January 12, 2025, identified at least two small businesses capable of providing the requirement, leading to the small business set-aside designation. This is identified as a new requirement.
Contact Information
- Primary: Elizabeth-Jane Pollreisz (Elizabeth-jane.pollreisz.civ@health.mil, (210) 727-6785)
- Secondary: Patricia Pfeninger (patricia.c.pfeninger.civ@mail.mil, (726) 203-0081)