Trauma Registrars
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 Department of the Army is soliciting proposals for Trauma Registry Services (Solicitation W81K0026QA066) to support Brooke Army Medical Center (BAMC) at Joint Base San Antonio, TX. This Total Small Business Set-Aside opportunity seeks qualified contractors to provide remote trauma data abstraction, coding, and entry. The original offer due date was February 20, 2026, at 1:00 PM CST, however, Amendment 0001 indicates this date has been extended without specifying a new deadline. Bidders must refer to the amendment for the updated submission date.
Scope of Work
The contractor will provide comprehensive, remote Trauma Registry Services, ensuring accurate, timely, and complete abstraction, coding, and data entry of trauma patient information from electronic medical records (MHS-G) into the Image Trend trauma registry. Key responsibilities include:
- Compliance with National Trauma Data Standard (NTDS), TQIP, State of Texas, and BAMC standards.
- Maintaining a minimum 90% accuracy rate for re-abstracted charts.
- Providing a project lead for communication with BAMC Trauma Program Manager.
- Contractor personnel must be U.S. Citizens, possess an active Tier 1 security clearance, and hold specific certifications (e.g., CAISS, ICD-10, AAAM AIS-15, American Trauma Society Trauma Registrar course).
- The company must have at least five years of documented experience providing trauma registry services to Level I or II trauma centers.
Contract Details & Timeline
- Solicitation Number: W81K0026QA066
- Contract Type: Firm Fixed-Price, Best-Value Tradeoff.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 561110, size standard $12.5 million.
- Period of Performance: Base year (April 1, 2026 - March 31, 2027) plus four option years, extending through March 31, 2031, with potential for further extensions under FAR 52.217-8.
- Questions Due: January 26, 2026, 1:00 PM CST.
- Offers Due: Originally February 20, 2026, 1:00 PM CST. Amendment 0001 extends this date; bidders must check the amendment for the new deadline.
- Incumbent: J-3 Professional Services, LLC (Contract W81K0020P0363).
Submission & Evaluation
Proposals must be submitted electronically via email in four separate PDF volumes: Administrative, Technical Capability, Past Performance, and Price (using Attachment 2 for pricing). Offerors must be registered in SAM. Evaluation will be based on a Best-Value Tradeoff, where Technical Capability (must be "Acceptable") and Past Performance are equally important, and all non-cost/price factors combined are significantly more important than Price. Past Performance will be assessed based on recency, relevancy, and quality, with references contacted via a Past Performance Questionnaire (due February 20, 2026; note: document states 2025, confirm year).
Contact Information
For inquiries, contact Cathy Harris (cathy.l.harris2.civ@health.mil) or James M Davis (james.m.davis1.civ@health.mil).