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 and related components. The acquisition is unrestricted and has a total contract ceiling of $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 full lifecycle of DHMS product deployment, including site preparation, deployment, training, user adoption, change management, and post-installation support. Key areas include:

  • Federal EHR Product Modernization and Deployment: Implementation of the Federal EHR at established, high-capacity treatment facilities, including a large OCONUS medical center, community hospitals, and outpatient clinics. This involves full-spectrum healthcare services and integration with complex hardware and IT systems.
  • OpMed Products Modernization and Deployment: Delivery of mobile and interoperable Operational Medicine (OpMed) solutions for deployed and tactical environments (CONUS and OCONUS), such as theater hospitals, hospital ships, and submarines. This requires integration with Service-specific hardware and diverse networks, ensuring system security, and addressing low-to-no-touch remote deployments.

Contract Details

  • Contract Type: Multiple Award, Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
  • Ceiling Value: $300,000,000.00, inclusive of base and option years.
  • Period of Performance: One base year of 12 months and four 12-month option years, for a total duration not to exceed 5 years and 6 months.
  • Set-Aside: Unrestricted (not set-aside for small business concerns).
  • NAICS Code: 541512 (Computer Systems Design Services).
  • Place of Performance: Arlington, VA, and various Continental United States (CONUS) and Outside Continental United States (OCONUS) locations as specified in individual task orders.

Key Requirements & Evaluation

  • Evaluation Factors: Proposals will be evaluated on Factor 1: Challenge Scenario (Federal EHR and OpMed deployments) and Factor 2: Supply Chain Risk Management Plan. Price is not an evaluation factor at the IDIQ level.
  • Award Basis: Award will be made to technically acceptable and responsible offerors. An "Acceptable" rating in at least one of the two Challenge Scenarios (1a or 1b) is required for Factor 1 acceptability.
  • 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). Offerors can use self-assessment for Level 2 before November 10, 2026; C3PAO certification will be required after this date. This applies to the division working with the Government.
  • Organizational Conflict of Interest (OCI): OCI requirements have been moved to the task order level.
  • Submission: Proposals must be submitted electronically via a secure online submission portal (Bidscale).

Important Dates & Contacts

Offerors must be registered in the System for Award Management (SAM) at the time of proposal submission and are responsible for monitoring SAM.gov for any further amendments.

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 10Viewing
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
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 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
Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS) Deployment Solutions | GovScope