Skip to content
Department of Defense

Notice of Intent to Sole Source Pandemic Registry Support Services

Solicitation: Not available
Notice ID: a4ed202e578c4a56bfc6d048c76a800c
TypeSpecial NoticeDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateTXPostedFeb 05, 2026, 12:00 AM UTCDueFeb 20, 2026, 02:00 PM UTCExpired

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 20, 2026.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$42,591,789
Sector total $42,591,789 • Share 100.0%
Live
Median
$87,736
P10–P90
$74,356$612,747
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($42,591,789)
Deal sizing
$87,736 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 TX
Live POP
Place of performance
Dwg, Texas • 78234 United States
State: TX
Contracting office
Fort Detrick, MD • 21702 USA

Point of Contact

Name
James Cheng
Email
james.cheng1.civ@health.mil
Phone
Not available

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

Description

The Defense Health Agency Contracting Activity (DHACA) intends to award a Firm Fixed Price (FFP) sole source bridge contract on behalf of the Defense Health Agency (DHA) Joint Trauma System (JTS) to Po’okela Solutions for Pandemic Registry Support Services, under the authority FAR 6.103-1(c)(2)(ii), Unacceptable delays in fulfilling the agency’s requirements.

This support provides the ability to extract relevant trauma and pandemic care data from multiple sources, including Electronic Health Records (EHRs), patient management systems, and other clinical systems. This contract provides personnel with subject matter expertise, including registry business rules, standard coding schemas, and experience with online training. The priorities and flexibility of the JTS to adjust abstraction and analysis priorities and development of Clinical Practice Guidelines (CPG’s) and playbooks is remarkable. The JTS performance improvement program, as well as other military and governmental researchers are provided data, dashboards, charts, and graphs of pertinent information.

Poʻokela Solutions possesses unique institutional knowledge of JTS registry architecture, abstraction workflows, registry business rules, coding schemas, and performance improvement processes that have been developed and refined over multiple years of performance. Poʻokela Solutions has direct, hands-on experience with the DoD Trauma Registry (DoDTR), COVID-19 Registry, and associated analytic pipelines, including established interfaces with EHRs, patient management systems, and other clinical data sources across the Military Health System (MHS). This experience enables immediate and uninterrupted execution of complex data extraction, validation, abstraction, and analysis activities that are mission-critical to combat casualty care and readiness.

Competing this requirement at this time would necessitate extensive transition and onboarding efforts, including reverse engineering existing workflows, recreating data dictionaries and abstraction guidance in order to support novice personnel, retraining personnel on unique JTS business rules, and reestablishing system access and security approvals. These activities would result in substantial duplication of costs that is not expected to be recovered through competition. In addition, loss of continuity during transition would significantly degrade the timeliness and quality of registry data, dashboards, and analytic products relied upon by JTS leadership, Combatant Commands, and military and governmental researchers. However, this bridge contract, once in place, will allow for the proper procurement lead time for a competitive 8(a) 5-year follow-on contract.

This is a notice of intent to issue a contract on a sole source basis. This notice of intent is NOT a request for quotations (RFQ). Any other firms desiring consideration must fully identify their interest and capability to provide these services to the individual listed below. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interest in writing, to the Government point of contact. Responses to this notice must be received no later than 9:00 AM Eastern Standard Time, 20 February 2026. The point of contact for this action is James Cheng, james.cheng1.civ@health.mil. No telephone requests will be honored.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.