Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS) Deployment 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), on behalf of the Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS), has issued a Draft Request for Proposal (RFP) for Deployment Solutions. This presolicitation seeks industry feedback on a non-personal services requirement to support the on-demand deployment of DHMS products and related components, including site preparation, deployment, training, user adoption, change management, and post-installation support. This notice is for market research and informational purposes only; a formal solicitation is expected later.
Scope of Work
The future contract will require innovative and scalable deployment plans for two interconnected lines of effort:
- Federal EHR product modernization and deployment: Implementation at established, high-capacity treatment facilities, including OCONUS medical centers, community hospitals, and outpatient clinics, integrating with complex hardware and IT systems.
- OpMed products' modernization and deployment: Delivery of mobile and interoperable solutions for deployed and tactical environments (CONUS and OCONUS), such as theater hospitals, hospital ships, and submarines, addressing complex Service-specific hardware and diverse networks. Key services include program management, deployment planning and execution, stabilization and transition, hardware delivery and connectivity, product connectivity and interface validation, user enablement, adoption and change management, and data management and migration.
Contract & Timeline
- Type: Draft RFP for an anticipated Indefinite Delivery, Indefinite Quantity (IDIQ) multiple award contract.
- Duration: One (1) Base Year and four (4) 12-month option years for the eventual contract.
- Set-Aside: Not a set-aside, but the future solicitation will include Small Business Participation goals (e.g., 30% Total Small Business, 12% Small Business, 3% HUBZone, 5% SDVOSB, 5% SDB, 5% WOSB).
- Feedback Due: March 11, 2026, at 12:00 PM Eastern Time.
- Published: March 4, 2026.
Evaluation (Anticipated for Formal RFP)
Award will be made to each and all qualifying offerors whose proposals are determined to be Technically Acceptable and responsible. Price will not be an evaluation factor. Evaluation factors will include:
- Factor 1: Challenge Scenario (covering both Federal EHR and OpMed deployments).
- Factor 2: Small Business Participation.
- Factor 3: Supply Chain Risk.
Submission & Key Instructions (for Feedback)
Industry feedback on the draft RFP and associated artifacts (PWS, 52.212-1&2, Exhibit A003, OCI Declaration) is requested.
- Method: Use the attached workbook "Draft RFP Deployment Solutions Feedback" to provide comments.
- Email: Submit to Contract Specialist Samantha DeLuca at dha.ncr.co.mbx.cd-dhms-contracting@health.mil.
- Subject Line: Include "Company name and Deployment Solutions".
- Organizational Conflict of Interest (OCI): Review Attachment 16. Respondents must clearly state whether permission is granted for identified support contractors (Boston Consulting Group, Swing Tide, Andrew Morgan Consulting, Greenlight Analytic, Monterey Consultants, INC) to access proprietary information.
Additional Notes
This notice is for informational and market research purposes only and does not constitute a formal RFP or commitment to award a contract. The Government will not pay for any information submitted.