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 Contracting Activity (DHACA), 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) 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 Eastern Time.
Scope of Work
This opportunity covers services and materials for the modernization and deployment of global healthcare capabilities, specifically:
- Federal EHR product modernization and deployment: Full implementation of the Federal EHR at established, high-capacity treatment facilities (e.g., OCONUS medical centers, community hospitals, outpatient clinics) serving approximately 50,000 beneficiaries and 5,000 users. This includes inpatient, outpatient, acute, ambulatory, specialty, dental care, and revenue cycle services, requiring integration with medical devices and IT systems.
- OpMed products modernization and deployment: Mobile and interoperable solutions for medical forces in deployed and tactical environments (CONUS and OCONUS), including theater hospitals, hospital ships, and submarines. This involves rapid global deployment to at least five sites/units simultaneously, with uncertain schedules and complex infrastructure, ensuring seamless data transmission and Command and Control Situational Awareness (C2SA) reporting in DIL environments.
Services include site preparation, deployment, training, user adoption, change management, and post-installation support.
Contract Details
- Contract Type: Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) at the task order level.
- Total Ceiling: $300,000,000.00
- Period of Performance: One (1) base year and four (4) 12-month option years.
- Set-Aside: Not set-aside (Full and Open Competition).
- NAICS Code: 541512 (Computer Systems Design Services).
- PSC Code: DA01 (IT and Telecom - Business Application/Application Development Software).
- Place of Performance: Specific locations will be identified in individual Task Orders, covering CONUS and OCONUS.
Submission & Evaluation
- Proposal Submission: Electronically via a secure online submission portal (Bidscale) by April 15, 2026, at 12:00 PM ET. Offerors must request a Bidscale account at least 72 hours prior to the deadline.
- Evaluation Factors: Proposals will be evaluated on:
- Factor 1: Challenge Scenario (Offerors must receive an "Acceptable" rating in at least one of the two scenarios to be considered Acceptable for this factor).
- Factor 2: Supply Chain Risk Management Plan.
- Award Basis: Award will be made to technically acceptable and responsible offerors. Price is not an evaluation factor.
- CMMC: 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).
- Organizational Conflict of Interest (OCI): An OCI Declaration and Disclosure Statement (Attachment 16) is required. Offerors must state whether permission is granted for listed support contractors (Boston Consulting Group, Swing Tide, Andrew Morgan Consulting, LLC, Greenlight Analytic, LLC, Monterey Consultants, INC) to view proprietary information.
Key Dates & Contacts
- Questions Due: April 9, 2026, at 12:00 PM ET.
- Proposals Due: April 15, 2026, at 12:00 PM ET.
- Contract Specialist: Samantha DeLuca (dha.ncr.co.mbx.cd-dhms-contracting@health.mil).
- Contracting Officer: Joyce Elaine Pace-Reed (joyce.e.pace-reed.civ@health.mil).
Additional Notes
Q&As will be posted in phases. The government may use AI tools for administrative summarization during evaluation, but all judgments will be made by Government personnel, and proposal data will not be used to train AI models. Previous aspects of this acquisition have been performed by contractors including Leidos, Cherokee Nation, Ellumen, Accenture, and Advancia Aeronautics.