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 (DHA), on behalf of the Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS), has issued a Combined Synopsis/Solicitation (RFP) for Deployment Solutions. This is a multiple award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total ceiling of $300 million to provide non-personal services for the on-demand deployment of DHMS products. Proposals are due April 21, 2026, at 4:00 PM Eastern Time.
Purpose & Scope
This opportunity seeks services and materials 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 and minimal disruption to existing healthcare systems. Key areas of focus include:
- Federal EHR Product Modernization and Deployment: Implementation at established, high-capacity treatment facilities, including OCONUS medical centers, 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 solutions for medical forces in 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 for low-to-no-touch deployments in disconnected, intermittent, and low-bandwidth (DIL) environments. The Performance Work Statement (PWS) details requirements for program management, deployment planning and execution, hardware delivery and connectivity, product configuration and validation, user enablement services, and data management and migration.
Contract Details
- Contract Type: Multiple Award Contract (MAC), Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
- Total Ceiling: $300,000,000.00 (inclusive of base and option years).
- Period of Performance: One (1) base year and four (4) 12-month option years, with an anticipated start date around June 2026.
- Set-Aside: None (Unrestricted).
- NAICS Code: 541512 (Computer Systems Design Services), Size Standard: $34,000,000.00.
Evaluation & Submission
Proposals will be evaluated on:
- Factor 1: Challenge Scenario (covering both Federal EHR and OpMed deployments). Offerors must receive an "Acceptable" rating in at least one of the two scenarios to be considered technically acceptable for this factor. Page limits for each scenario have been increased to 10 pages.
- Factor 2: Supply Chain Risk Management Plan. Price is not an evaluation factor for the IDIQ award. Award will be made to technically acceptable and responsible offerors.
- Submission: Proposals must be submitted electronically via the Bidscale portal by April 21, 2026, at 4:00 PM Eastern Time. Offerors must request a Bidscale account at least 72 hours prior to the deadline.
- CMMC Level 2: Required before award. Self-assessment is acceptable before November 10, 2026, after which C3PAO certification will be necessary. This applies to the division working with the Government and subcontractors handling Controlled Unclassified Information (CUI).
- Organizational Conflict of Interest (OCI): The OCI requirement has been moved to the task order level. Offerors must complete an OCI Declaration and Disclosure.
Key Updates & Notes
This solicitation has undergone several amendments. Amendment 0001 extended the proposal deadline, and Amendment 0002 increased page limits for Factor 1 scenarios and moved OCI requirements to the task order level. Amendment 0003 clarified numerous FAR/DFARS clause updates due to the Revolutionary Federal Acquisition Regulation (RFO) Overhaul, noting that awards may be unilaterally modified to incorporate these. Incumbent contractors who have performed aspects of this acquisition include Leidos, Cherokee Nation, Ellumen, Accenture Federal Services, and Advancia Aeronautics.
Contacts
- 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)