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 Defense Health Agency (DHA), specifically the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), has issued a Commercial Solutions Opening (CSO) for Innovation Solutions. This CSO seeks innovative commercial technologies, processes, or methods to close capability gaps in strategic planning, operational efficiency, governance, and technology/program management. The CSO is open for responses to individual program requirement notices until January 28, 2027.
Purpose & Scope
This CSO, authorized under 10 U.S.C. § 3458 (DFARS Subpart 212.70), aims to acquire innovative commercial solutions on a project-by-project basis. Solutions must introduce new or significantly improved technologies, processes, or methods to enhance mission performance within DHA and PEO DHMS. The goal is to provide complete, cost-effective solutions structured for full adoption and sustainment by Government personnel, ensuring long-term integration of new capabilities.
Key Requirements & Areas of Interest
Solutions should address capability gaps in:
- Operations: Enhancing efficiency and effectiveness through novel processes or automated workflows.
- Strategy: Improving long-term planning and strategic decision-making with new data-driven models.
- Governance: Strengthening structures, automating reporting, and enhancing organizational accountability. Solutions must also ensure capability adoption and sustainment.
Contract Details
- Type: Fixed-Price contracts.
- Awards: Multiple awards may be issued.
- Commercial Items: Acquired items, technologies, and services will be treated as commercial items.
Submission & Evaluation
This is a general solicitation; individual program requirement notices will be issued with specific proposal deadlines. Responses to the CSO are accepted for one year from its publication date (February 6, 2026), but only in response to these individual notices. The evaluation process is a rapid, competitive funnel with multiple phases:
- Phase 1a: Technical Proposal (concise, up to 15 slides).
- Phase 1b: Pricing Proposal (for selected offerors).
- Phase 2: Solution Pitch (optional, in-person or virtual).
- Phase 3: Collaborative Deep Dive (to refine project specifics).
- Phase 4: Award. Proposals must demonstrate they are "innovative" as defined in DFARS 212.7001. Evaluation factors of equal importance include: Advancement (creative, forward-thinking), Solution Efficacy and Outcomes (specific, measurable outcomes linked to pricing), and Technical Approach and Adaptability (credibility, mechanism for real-time adjustment). Evaluation is expected within 30 days of the submission due date for individual notices.
Eligibility & Set-Aside
- Set-Aside: None specified.
- Offerors must comply with FAR 9.5 regarding Organizational Conflicts of Interest (OCI). Successful offerors may face restrictions on related Prime Mission Product Support contracts.
Additional Notes
Contractors may require privileged IT and security clearance access and may be subject to "no foreign nationals" restrictions. HIPAA compliance, training, and Business Associate Agreements may also be required. All costs for proposal preparation are the offeror's responsibility. Primary Contact: Sonya Edom (sonya.m.edom.civ@health.mil) Secondary Contact: Gabriela Hurte (gabriela.y.hurte.civ@health.mil)