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 (DHA), on behalf of the Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS), is soliciting proposals for Deployment Solutions under an unrestricted, multiple-award, Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This opportunity, with a total ceiling of $300 million over a five-year ordering period, seeks non-personal services for the on-demand deployment of DHMS products. Proposals are due April 21, 2026, at 4:00 PM ET.

Purpose & Scope

This acquisition aims to secure services and materials necessary to support and execute the on-demand deployment of DHMS products and related components. The scope includes site preparation, deployment, training, user adoption, change management, and post-installation support to ensure seamless integration. Key areas of focus are:

  • Federal EHR product modernization and deployment: Implementing the Federal EHR at high-capacity treatment facilities, including OCONUS medical centers, community hospitals, and outpatient clinics.
  • OpMed products modernization and deployment: Delivering mobile and interoperable solutions for medical forces in deployed and tactical environments (CONUS and OCONUS), such as theater hospitals and hospital ships, requiring rapid global deployment and integration with complex Service-specific hardware and diverse networks.

Contract Details

This is a multiple-award, Firm Fixed Price (FFP) IDIQ contract with a total ceiling value of $300,000,000.00. The ordering period is for one base year and four option years, with an anticipated start date around June 2026. The acquisition is unrestricted, meaning it is not set-aside for small business concerns. The NAICS code is 541512. Place of performance will be specified in individual task orders, covering both CONUS and OCONUS locations.

Submission & Evaluation

Proposals must be submitted electronically via a secure online submission portal (Bidscale) by April 21, 2026, at 4:00 PM Eastern Time. Evaluation will be based on two factors:

  • Factor 1: Challenge Scenario (covering both Federal EHR and OpMed deployments). Offerors must achieve an "Acceptable" rating in at least one of the two scenarios.
  • Factor 2: Supply Chain Risk Management Plan. Price is not an evaluation factor. Awards will be made to technically acceptable and responsible offerors. Offerors must include a statement granting permission for identified support contractors to access their proposal in their Cover Letter.

Key Requirements & Notes

  • Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 is anticipated for task orders and required for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
  • Organizational Conflict of Interest (OCI): OCI declarations are required, and the OCI language applies at the task order level.
  • Subcontracting: A subcontracting plan is required.
  • AI Tool Usage: The Government will use AI tools solely for administrative summarization during evaluation; proposal data will not be used to train AI models.
  • Reporting: Extensive Contract Data Requirements Lists (CDRLs) are specified, including Cost and Hour Reports (FlexFile) and Technical Data Reports.
  • Incumbency: Aspects of this acquisition have been performed by several contractors, including Leidos, Cherokee Nation, Ellumen, Accenture Federal Services, 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
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 7Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Apr 6, 2026
View
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