Skip to content
Department of Defense

Enterprise Dental Imaging PACS

Solicitation: HT9427-26-SS-JC01
Notice ID: 88c97e1b57084a05b46164c3f397daf4
TypeSources SoughtNAICS 513210PSC7B20Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateMDPostedMar 23, 2026, 12:00 AM UTCDueApr 06, 2026, 05:00 PM UTCCloses in 4 days

Sources Sought from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 06, 2026. Industry: NAICS 513210 • PSC 7B20.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: HT9427-26-SS-JC01. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 513210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$365,009,031
Sector total $546,074,741 • Share 66.8%
Live
Median
$329,835
P10–P90
$329,835$329,835
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
66.8%
share
Momentum (last 3 vs prior 3 buckets)
+176%($170,845,887)
Deal sizing
$329,835 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Frederick, Maryland • 21701 United States
State: MD
Contracting office
Fort Detrick, MD • 21702 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260038 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD
Davis-Baconstate match
MD20260002 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $15.91Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $17.00Fringe $0.00
Rate
LABORER: Common or General
Base $10.00Fringe $0.00
+3 more occupation rates in this WD

Point of Contact

Name
Jessee Chege
Email
jessee.t.chege.civ@health.mil
Phone
301-619-7148

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
DEFENSE HEALTH AGENCY
Office
Not available
Contracting Office Address
Fort Detrick, MD
21702 USA

More in NAICS 513210

Description

Request for Information (RFI) for Defense Health Agency (DHA) Enterprise Dental Imaging Picture Archiving and Communication System (PACS)

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: Dental providers across the DHA rely heavily on timely, accurate, and high-quality imaging to support patient care, treatment planning, and mission readiness. Dental clinics operate in diverse environments, ranging from fully equipped Military Treatment Facilities (MTFs) to austere, low-bandwidth field locations. As DHA transitions toward greater standardization, the goal is to consolidate to a single, vendor-neutral enterprise dental imaging system that ensures a modernized workflow with:

  • Universal Compatibility: Seamless integration with a wide array of dental imaging hardware (sensors, panoramic units, CBCT, intraoral cameras) from multiple vendors.
  • Operational Resilience: Reliable operation in bandwidth-constrained and fully disconnected (no-comm) environments, with automatic background synchronization upon reconnection.
  • Secure & Compliant Storage: Centralized, secure storage of dental images that meets all Department of War (DoW) cybersecurity and data handling requirements.
  • Comprehensive Workflow Support: Support for diverse clinical workflows, including general dentistry, periodontics, endodontics, oral surgery, and veterinary dental care.
  • Seamless Integration: Full interoperability with the Military Health System (MHS) GENESIS Electronic Health Record (EHR) and the Enterprise Clinical Imaging Archive (ECIA).

DHA seeks information on commercial solutions capable of delivering these capabilities at scale while meeting the rigorous cybersecurity, interoperability, and operational demands of the DoW environment.

3.1 SCOPE: The Medical Research and Development Contracting Division 2, DHACA, is issuing an RFI to identify Contractors capable of meeting the Government’s requirement. The Government requests a Capability Statement outlining a proposed solution that includes the following:

  • Vendor-Neutral Imaging: Capture, display, and store images from any standard dental modality (IO, PX, CBCT, etc.) regardless of hardware manufacturer.
  • Enterprise Integration: Integrate seamlessly with MHS GENESIS, ECIA, and third-party practice management or dictation software.
  • Cybersecurity Compliance: Comply with DoW cybersecurity, identity (CAC/PIV/SSO), and Zero-Trust policies, including HIPAA and NIST standards.
  • Global Scalability: Support all dental providers across Continental United States (CONUS) and OCONUS sites, managing high patient volumes (up to 7,500/day enterprise-wide).
  • Resilient Architecture: Operate effectively in variable network conditions, including virtualization support and local database capabilities for disconnected use.
  • Centralized Governance: Provide a central system for administration, configuration, reporting, and audit logging.
  • 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 and implementation. Implementation is defined utilizing a “Go-live” date accomplished by full clinical usage of the system with fulfillment of migration requirements (including legacy data from VistA/backups) with no reliance on the legacy system. In addition, the Government requests feedback regarding potential risks and mitigation strategies.

Vendors may also propose alternative or innovative approaches. In your capability statement, address how you would deliver/implement the specific tasks outlined in Attachment 1.

Task Areas:

       1.0 System Architecture & Scalability

        2.0 EHR & System Integration

        3.0 Modality & Vendor Integration

        4.0 Clinical Workflow & User Interface

        5.0 Cybersecurity & Data Integrity

        6.0 Support & Training

4.0 SMALL BUSINESS SET ASIDE: The Government has not determined the set-aside capability at this time. The Government will use the RFI results in analyzing small businesses’ capacity to perform this requirement and make its decision.

5.0 RESPONSE INSTRUCTIONS: If your firm can provide the requirements described in Attachment 1, please provide a Capability Statement to the Medical Research and Development Contracting Division 2, DHACA, Mr. Jessee Chege, jessee.t.chege.civ@health.mil. 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 Identifier (UEI), company name, address, point of contact and their telephone number, email address and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources.

(c) Small Business Designation status such as (8(a), HUBZone, Service-Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.)

(d) indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under for Government contracts. Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business, and women-owned small business concerns is encouraged.

(e) Information pertaining to the following:

  1. Does your company participate in any contracting vehicles such as Government-wide Acquisition Contracts (GWACS), Multiple-Award Contracts (MAC) or Indefinite Delivery, Indefinite Quantity contracts (IDIQ)? If so, please provide detailed information regarding which, contract numbers and relevant categories.

        2. Does your company have a Federal Supply Schedule (FSS)? If so, please provide detailed information regarding which,                    schedule numbers and relevant categories.

6.0 INSTRUCTIONS FOR RESPONDING:

Submission: Please submit an electronic copy of the capabilities statement in a “.pdf” file type and via email to Mr. Jessee Chege at jessee.t.chege.civ@health.mil. The subject line of the email should be: “Enterprise Dental Imaging PACS – RFI Response.”

Due date: RFI response submission are due no later than 1:00 PM ET on 6 April 2026.

Page Limit: RFI responses shall be limited to 10 pages, not including cover and administrative pages, and written using a 12-point font size. Beyond the 10-page limit, the Government may only review examples of media and graphic design.

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 RFI immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers.

THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.