Opportunity
SAM #HT9427-26-SS-JC01
Enterprise Dental Imaging PACS System RFI for Defense Health Agency
Defense Health Agency
March 23, 2026
April 06, 2026
HT9427-26-SS-JC01
541512, 513210
The Defense Health Agency (DHA) is seeking information from industry for a modern, enterprise-wide dental imaging Picture Archiving and Communication System (PACS) to support the global Military Health System (MHS). - Government Buyer: - Defense Health Agency (DHA), Medical Research and Development Contracting Division 2, Fort Detrick, Maryland - OEMs and Vendors: - No specific OEMs or vendors are named; the solution must be vendor-neutral - Products/Services Requested: - Enterprise dental imaging PACS system - Must support all standard dental imaging modalities (intraoral, panoramic, CBCT, etc.) - Integration with MHS GENESIS Electronic Health Record and Enterprise Clinical Imaging Archive (ECIA) - Support for up to 7,500 patients daily - Cloud and local storage options - Advanced image manipulation and AI integration - Veterinary dentistry support - Centralized management, robust training, and technical support - Migration from legacy systems - Unique or Notable Requirements: - Vendor-neutral architecture (no proprietary lock-in) - Seamless operation in both high and low bandwidth environments, including disconnected operation with automatic synchronization - Compliance with Department of Defense cybersecurity, HIPAA, and NIST standards - Global scalability for CONUS and OCONUS sites - Centralized governance and resilient architecture - Customizable clinical workflows - Support for both human and veterinary dental imaging - Respondents must provide a capability statement and draft implementation plan, including project management and migration details
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:
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.