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 21, 2026, 8:00 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. This is a Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract for non-personal services to support the on-demand deployment of DHMS products. The total contract ceiling is $300,000,000.00. Proposals are due April 21, 2026, at 4:00 PM Eastern Time.

Scope of Work

This opportunity requires services and materials for the modernization and deployment of global healthcare capabilities, encompassing two primary lines of effort:

  • Federal EHR Product Modernization and Deployment: Full implementation of the Federal Electronic Health Record (EHR) at established, high-capacity treatment facilities, including a large OCONUS medical center, community hospitals, and outpatient clinics. This involves supporting approximately 50,000 beneficiaries and 5,000 users, covering full-spectrum healthcare services, revenue cycle, and integration 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 includes rapid global deployment to at least five sites/units simultaneously, with integration into Service-specific hardware and diverse networks for low-to-no-touch deployments in disconnected, intermittent, and low-bandwidth (DIL) environments.

Services include program management, deployment planning and execution, hardware delivery and connectivity, product connectivity and interface validation, user enablement services (training, adoption, change management), data management, migration, cutover, stabilization, and transition.

Contract Details

  • Contract Type: Multiple Award Contract (MAC), Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
  • Total Contract Ceiling: $300,000,000.00.
  • Period of Performance: One (1) base year and four (4) 12-month option years, for a total duration not to exceed 5 years and 6 months. An anticipated start date is June 2026.
  • Set-Aside: Unrestricted (Not set-aside for small business concerns).
  • NAICS Code: 541512 (Computer Systems Design Services), with a size standard of $34,000,000.00.
  • Place of Performance: Continental United States (CONUS) and Outside Continental United States (OCONUS) locations, as specified in individual Task Orders.

Submission & Evaluation

  • Proposal Submission Deadline: April 21, 2026, at 4:00 PM Eastern Time.
  • Submission Method: Electronically via a secure online submission portal (Bidscale).
  • Evaluation Factors: Proposals will be evaluated on Factor 1: Challenge Scenario and Factor 2: Supply Chain Risk Management Plan. Price is not an evaluation factor at the IDIQ level. Offerors must receive an "Acceptable" rating in at least one of the two Challenge Scenarios (Federal EHR or OpMed) to be considered technically acceptable for Factor 1. Page limits for each Challenge Scenario have been increased to 10 pages.
  • CMMC Requirement: 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). Self-assessment is acceptable before November 10, 2026, and applies to the division working with the government.
  • Organizational Conflict of Interest (OCI): OCI requirements have been moved to the task order level.
  • Subcontracting Plan: A subcontracting plan is required at the task order level, not with the initial proposal.

Additional Notes

  • The government does not intend to hold discussions but reserves the right to do so. Offerors are advised to submit their best terms initially.
  • AI tools will be used solely for administrative purposes during evaluation; proposal data will not be used to train AI models.
  • Incumbent contractors who have performed aspects of this acquisition under different vehicles include Leidos, Inc., Cherokee Nation, Ellumen, Inc., Accenture Federal Services, LLC, and Advancia Aeronautics, LLC.
  • Offerors must be registered in the System for Award Management (SAM).
  • Proposal validity period is 180 calendar days from the receipt date.

Points of Contact:

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
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 9Viewing
Combined Synopsis/Solicitation
Posted: Apr 15, 2026
Version 8
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
View
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