Program Executive Office (PEO) Defense Healthcare Management Systems (DHMS) Deployment Solutions

SOL #: HT003826RE001Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Health Agency (Dha)
DEFENSE HEALTH AGENCY
ROSSLYN, VA, 22209, United States

Place of Performance

Place of performance not available

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
Mar 24, 2026
3
Response Deadline
Mar 11, 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), issued a Draft Request for Proposal (RFP) for Deployment Solutions. This presolicitation sought industry feedback on requirements for non-personal services to support the on-demand deployment of DHMS products. Feedback was due by March 11, 2026, and Q&A responses were published on March 19, 2026. A formal solicitation is expected later.

Opportunity Overview

This effort seeks to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract for services and materials necessary to support and execute the on-demand deployment of DHMS products and related components. This includes site preparation, deployment, training, user adoption, change management, and post-installation support to ensure seamless integration and minimal disruption to existing healthcare systems. Price will not be an evaluation factor for the IDIQ award.

Scope of Work

The draft RFP outlines two interconnected lines of effort:

  • Federal EHR Product Modernization and Deployment: Implementation of the Federal EHR at established, high-capacity treatment facilities, including large 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 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. The Performance Work Statement (PWS) details requirements for program management, deployment planning/execution, stabilization/transition, hardware delivery, product connectivity, user enablement, adoption/change management, and data management/migration.

Contract Details

  • Type: Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract.
  • Period of Performance: One (1) Base Year of 12 months and four (4) 12-month option years.
  • Place of Performance: Specific locations will be identified in individual Task Orders, covering CONUS and OCONUS.
  • Set-Aside: Not explicitly stated for the IDIQ, but Small Business Participation is an evaluation factor with goals (e.g., 30% total small business, 12% small business, 3% HUBZone, 5% SDVOSB, 5% SDB, 5% WOSB).

Evaluation Factors (for eventual RFP)

Proposals for the formal solicitation will be evaluated on:

  1. Challenge Scenario: Covering both Federal EHR and OpMed deployments.
  2. Small Business Participation: With specific minimum goals.
  3. Supply Chain Risk. Award will be made to technically acceptable and responsible offerors. An "Acceptable" rating in all factors is required, with Factor 1 needing "Acceptable" in at least one scenario.

Feedback & Important Notes

Industry feedback on the draft RFP was requested by March 11, 2026, using a provided workbook. The Government published Q&A responses on March 19, 2026, clarifying aspects such as anticipated CMMC Level 2 for task orders, Facility Clearance (FCL) determined at the task order level, and the administrative use of AI tools in evaluation (not for training models). Organizational Conflict of Interest (OCI) declarations were not required for draft feedback, but will be assessed for the formal solicitation. Offerors were advised to grant permission for listed support contractors to view proprietary information submitted during the feedback period. This notice is for informational and market research purposes only; a formal solicitation is expected later.

People

Points of Contact

Samantha DeLucaPRIMARY
Joyce Elaine Pace-ReedSECONDARY

Files

Files

Download
View
Download
Download
Download
Download
Download

Versions

Version 4
Pre-Solicitation
Posted: Mar 24, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Mar 19, 2026
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