Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS) Deployment Solutions

SOL #: HT003826RE001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DEFENSE HEALTH AGENCY
ROSSLYN, VA, 22209, United States

Place of Performance

Arlington, VA

NAICS

Computer Systems Design Services (541512)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
Apr 15, 2026, 4:00 PM

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

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.

People

Points of Contact

Samantha DeLucaPRIMARY
Joyce Elaine Pace-ReedSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download

Versions

Version 11
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
View
Version 10
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
View
Version 9
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
View
Version 6Viewing
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
Version 4
Pre-Solicitation
Posted: Mar 24, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 19, 2026
View
Version 2
Pre-Solicitation
Posted: Mar 4, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 3, 2026
View