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) Contracting Activity, on behalf of the Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS), has issued a Combined Synopsis/Solicitation (HT003826RE001) for Deployment Solutions. This is a Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract with a total ceiling of $300,000,000.00. The requirement is for non-personal services to support the on-demand deployment of DHMS products and related components. Proposals are due April 15, 2026, at 12:00 PM ET.
Scope of Work
This opportunity seeks comprehensive deployment services, including site preparation, deployment, training, user adoption, change management, and post-installation support. The scope covers two primary lines of effort:
- Federal EHR Product Modernization and Deployment: Full implementation of the Federal EHR at established, high-capacity treatment facilities, including OCONUS medical centers, community hospitals, and outpatient clinics. This involves supporting approximately 50,000 beneficiaries and 5,000 users, providing full-spectrum healthcare services, and integrating with complex hardware and IT systems.
- OpMed Products Modernization and Deployment: Delivery of mobile and interoperable Operational Medicine (OpMed) solutions for medical forces in deployed and tactical environments (CONUS and OCONUS), such as theater hospitals, hospital ships, and submarines. This requires rapid global deployment to multiple sites simultaneously, often in disconnected, intermittent, and low-bandwidth (DIL) environments, ensuring seamless data transmission and Command and Control Situational Awareness (C2SA) reporting.
Key activities include program management, deployment planning and execution, product configuration, data management and migration, cutover, stabilization, transition, and user enablement services.
Contract Details
- Contract Type: Multiple Award, IDIQ, Firm Fixed Price (FFP) MAC
- Total Ceiling: $300,000,000.00
- Period of Performance: One (1) Base Year plus four (4) 12-month option years.
- Place of Performance: Continental United States (CONUS) and Outside Continental United States (OCONUS), specified at the task order level.
- Set-Aside: This is a Full and Open Competition; it is not set-aside for small business concerns.
Submission & Evaluation
- Proposal Submission Deadline: April 15, 2026, at 12:00 PM Eastern Time.
- Submission Method: Electronically via the Bidscale portal. Offerors must request an account at least 72 hours prior to the deadline.
- Solicitation Questions Due: April 9, 2026, at 12:00 PM Eastern Time.
- Evaluation Factors:
- Factor 1: Challenge Scenario: Offerors must receive an "Acceptable" rating in at least one of the two challenge scenarios (Federal EHR or OpMed) to be considered technically acceptable.
- Factor 2: Supply Chain Risk Management Plan: Proposals must meet minimum requirements for identifying, assessing, and mitigating supply chain risks.
- Price is NOT an evaluation factor.
- Award Basis: Award will be made to technically acceptable and responsible offerors.
Key Requirements & Notes
Offerors must be registered in the System for Award Management (SAM). Cybersecurity Maturity Model Certification (CMMC) Level 2 (C3PAO) is required for all information systems processing, storing, or transmitting Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). An Organizational Conflict of Interest (OCI) Declaration and Disclosure Statement is mandatory. Personnel will be required to sign a DHA Contractor Non-Disclosure Agreement (NDA) and complete mandatory DHA training. Extensive cost and software data reporting (CSDR Plan, FlexFile, Technical Data Reports) will be required. Permission must be granted for identified support contractors to access proprietary information.