Notice of Intent to Sole Source DoDTR IM/IT Support Services
Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Feb 20, 2026.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
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 Cherokee Nation Operational Solutions (CNOS) for the Department of Defense Trauma Registry (DoDTR) Information Management/ Information Technology (IM/IT) Support Services, under the authority FAR 6.103-1(c)(2)(ii), Unacceptable delays in fulfilling the agency’s requirements.
This requirement provides high level technological support to the DoDTR to include, but not limited to: maximizing hours of service, investigating data loss, updating registry with patches from vendor, and ingestion of data from the deployed (remote) version of DoDTR. The DoDTR is a complex registry including trauma, orthopedic, audiological, Trauma Quality Improvement Program, Infectious Disease and Outcomes. Services also include designing new prototype modules, administering the servers and database applications, ensuring security patches are up to date, working with the vendor to troubleshoot issues, and creating complex data extraction queries. This analytic support provides a critical benchmark for the Military Health System (MHS) efforts and allows the JTS to serve as the reference body for all trauma care and establish standards of care for the treatment of combat casualty and trauma patients. The data queries and aggregated data provide information to all sections of the JTS, with priority to the Clinical Practice Guidelines (CPG’s) which are the backbone of the system-wide JTS performance improvement program. The support of this contract complies with the requirements set forth in DoD Instruction (DoDI) 6040.47 and the National Defense Authorization Act (NDAA) Fiscal Year 2017 Sections 707 and 708.
CNOS possesses in-depth knowledge of the DoDTR system architecture, including trauma, orthopedic, audiological, infectious disease, Trauma Quality Improvement Program, and outcomes modules. They have direct experience administering DoDTR servers, Oracle databases, Linux environments, and custom-developed applications that support data ingestion from deployed (remote) platforms. They have established processes for investigating and resolving data loss incidents, applying vendor patches, implementing security updates, and maintaining system availability at required performance levels. CNOS also has a trained workforce already cleared, onboarded, and experienced in creating complex Oracle/SQL queries and developing prototype modules used by JTS analysts and clinicians. They have historical familiarity with how DoDTR data supports Clinical Practice Guidelines (CPGs), performance improvement initiatives, and research across the MHS.
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. 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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.