R -- Single Enterprise Solution for Maternal Fetal Medicine Enterprise SOL HT9427-27-SS-J01 DUE 02/24/2026 at 01:00PM -05:00 POC Jessee Chege, jessee.t.chege.civ@health.mil
Request for Information (RFI)
Defense Health Agency (DHA) Single Enterprise Solution for Maternal Fetal Medicine Ultrasound
1.0 DISCLAIMER: This is NOT a Request for Proposal (RFP) nor a Request for Quotations (RFQ). It is strictly a Request for Information (RFI) and should not be construed as a formal solicitation nor an obligation on the part of the Government to acquire any products or services. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this RFI, and no contract will be awarded pursuant to this announcement. The information requested by this RFI will be used within DHA to facilitate decision making and will not be disclosed outside of DHA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government.
2.0 SUBJECT: The Medical Research and Development Contracting Division 2, Defense Health Agency Contracting Activity (DHACA), is seeking information in the form of capabilities statements and availability. This RFI is for fact-finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential business sources in support of the Government’s requirements outlined in Attachment 1, which are subject to change prior to a formal solicitation release. The Government reserves the right to decide whether a small business set-aside is appropriate based on responses to this notice. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employees regarding this requirement is not permitted.
3.0 BACKGROUND: The single enterprise solution for maternal fetal medicine ultrasound is instrumental in the standardization, modernization, and integration initiative that will empower the Maternal-fetal Medicine subspecialists across the MHS enterprise who rely on ultrasound technology to provide high-risk pregnancy diagnostic ultrasounds, consultations, procedures, and provide necessary support to obstetrics (OB) and neonatology services.
4.0 SCOPE: The Medical Research and Development Contracting Division 2, DHACA, is issuing a Request for Information (RFI) to identify Contractors capable of meeting the Government’s requirement. The Government requests a Capability Statement providing the following:
a. General information and technical background describing your firm’s experience within the last five years, specifically with contracts similar in scope, complexity, and size to meet the program objectives in accordance with Attachment 1.
b. If the Capabilities Statement includes a discussion on Federal Government relevant performance-based experience, provide the applicable contract and task order number, final contract price, Period of Performance, number of Full Time Employees, and a brief description of the project.
c. Your company’s program management plan and control policies that adhere to standard industry practices and demonstrate the ability to accurately track projects and ensure timely completion of projects.
d. A draft implementation plan outlining the potential solution to the Government’s requirement. The plan should highlight the key deliverables, timelines, and expectations of each party responsible for delivery, configuration, and final acceptance of the systems, and include the total number of project managers and implementation team(s) involved. Detailed steps and task owners for implementation as well as expected completion time for each task are requested. Please also provide timelines for production Go-live for all implementations. “Go-live” date is met by full clinical usage of the system with fulfillment of migration requirements related to Go-live with no reliance on the legacy system. In addition, the Government requests feedback regarding potential risks and mitigation strategies.
In your capability statement, address how you would deliver/implement the specific tasks outlined in Attachment 1.
5.0 SMALL BUSINESS SET ASIDE: The Government has not determined the set-aside capability, if possible, at this time. The Government will use the RFI results in analyzing small businesses’ capacity to perform this requirement and make its decision.
6.0 RESPONSE INSTRUCTIONS: If your firm can provide the requirements described in Attachment 1, please provide a Capability Statement. A vendor responding to this RFI with generic material only, such as brochures, advertisements, or other generic material, is highly discouraged. The following information is requested:
(a) Capability Statement.
(b) Company Cage Code, Unique Entity ID number, Company name, address, point of contact and telephone number and email address. Companies must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources.
(c) any small business status (8(a), HUBZone, Service-Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.).
(d) indicate which NAICS code(s) your company usually performs under Government contracts.
(e). Information pertaining to the following:
Does your company participate in any Government-wide Acquisition Contracts (GWACS)?
Does your company have a Federal Support Schedule Contract?
Are you currently on GSA and if so, which pool(s) does your company participate in?
Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
Parties may begin submitting responses to this request for information immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers.
Submission: Please submit an electronic copy of the capabilities statement in a “.pdf” file type and shall be submitted via email to Jessee Chege at email address: jessee.t.chege.civ@health.mil.
The subject line of the email should be: “Single Enterprise Solution for Maternal Fetal Medicine Enterprise – RFI Response.”
Due date: RFI response submission are due no later than 13:00 PM ET on 24 February 2026.
Page Limit: RFI responses shall be limited to 20 pages, not including cover and administrative pages, and written using a 12-point font size. Beyond the 20-page limit, the Government may only review examples of media and graphic design.
THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
Place of Performance: Frederick MD 21702 Set-Aside: URL: https://sam.gov/opp/f3e550d0a65f441482339a057ea1fb5c/view OutreachSystems Article Number: 20260121/PROCURE/0184