Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Notice of Availability- Innovation Solutions
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 Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), supported by the Defense Health Agency (DHA), has issued a Commercial Solutions Opening (CSO) to acquire innovative commercial solutions on a project-basis. This CSO seeks to close capability gaps in areas such as strategic planning, operational efficiency, governance, or technology/program management by introducing new technologies, processes, or methods. It is authorized under 10 U.S.C. § 3458. Responses to this CSO will be accepted until January 28, 2027, but will only be reviewed in response to individual program requirement notices.
Purpose & Scope
The primary purpose is to acquire innovative commercial items, technologies, or services that are new or represent a new application of existing technology, as defined by DFARS 212.7001. Solutions must present a complete, cost-effective approach structured for full adoption and sustainment by Government personnel. Key Areas of Interest (AOIs) include:
- Operations: Enhancing efficiency and effectiveness.
- Strategy: Improving long-term planning and decision-making.
- Governance: Strengthening structures, automating reporting, and enhancing accountability. Solutions should introduce operational excellence, enable strategic alignment, modernize governance, and ensure capability adoption.
Contract Details
- Contract Type: Fixed-priced contracts.
- Commercial Items: Acquired items, technologies, and services will be treated as commercial items.
- Awards: Multiple awards may be issued.
Eligibility & Submission
- Set-Aside: No general restrictions on who may submit a response, unless specified in an Individual Program Requirement Notice.
- Submission Process: A multi-phase evaluation process:
- Phase 1a (Technical Proposal): Concise written proposal (max 15 slides), including Cover Page, Executive Summary, Solution Concept, and Attachments (Terms and Conditions, OCI Mitigation Plan).
- Phase 1b (Pricing Proposal): May be requested for selected offerors.
- Phase 2 (Solution Pitch): Optional, in-person or virtual presentations.
- Phase 3 (Collaborative Deep Dive): Working session to refine project specifics.
- Phase 4 (Award): Selection for contract award.
- Evaluation: Based on the proposal demonstrating "innovative" characteristics (DFARS 212.7001) and three equally important technical factors: Advancement, Solution Efficacy and Outcomes, and Technical Approach and Adaptability. Evaluation aims to be completed within 30 calendar days of submission.
- Response Period: Responses are accepted until January 28, 2027, but are only reviewed when an individual program requirement notice is issued. Late submissions will not be reviewed.
- Notes: Offerors must comply with FAR/DFARS OCI requirements. Contractors may require privileged IT/security clearance and may be subject to "no foreign nationals" restrictions.
Contact Information
- Primary: Sonya Edom (sonya.m.edom.civ@health.mil)
- Secondary: Gabriela Hurte (gabriela.y.hurte.civ@health.mil)