Remote Health Readiness Program 4 (RHRP-4)

Agency: DEPT OF DEFENSE
State: Virginia
Type of Government: Federal
FSC Category:
  • Q - Medical Services
NAICS Category:
  • 621112 - Offices of Physicians, Mental Health Specialists
Posted Date: Feb 12, 2025
Due Date: Apr 18, 2025
Solicitation No: HT0011-25-R-0020
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Remote Health Readiness Program 4 (RHRP-4)
Active
Contract Opportunity
Notice ID
HT0011-25-R-0020
Related Notice
HT0011-24-RFI-0205
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Feb 11, 2025 08:01 pm EST
  • Original Response Date: Apr 18, 2025 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 03, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q403 - MEDICAL- EVALUATION/SCREENING
  • NAICS Code:
    • 621112 - Offices of Physicians, Mental Health Specialists
  • Place of Performance:
    Falls Church , VA 22042
    USA
Description

Title: Pre-Solicitation Notice for Remote Health Readiness Program (RHRP) 4



Solicitation Number: HT001125R0020



Agency: Defense Health Agency (DHA)



Issue Date: 18 February 2025





1. Description of the Requirement



The Defense Health Agency (DHA) intends to issue a Request for Proposal (RFP) for providing medical and dental readiness services to military Service Components (SCs) of the Reserve Components (RCs), Active Components (ACs) enrolled in TRICARE Prime Remote (TPR), DoD Service Civilians, and members of the DHS. This procurement will be conducted as a full and open competition under FAR Part 15 for negotiated procurement.



The mission of the Remote Health Readiness Program (RHRP) is to support and complement the DoD Individual Medical Readiness (IMR) Program in its efforts to promote and sustain a medically ready force throughout the continuum of military operations and deployments. The RHRP is DHA’s primary support for RC and TPR Service Members (SMs). The RHRP provides required IMR (Medical and Dental) services, deployment readiness medical services, physical exams (accession, retention, occupational health, and specialty), and RC dental care. These activities support the Services’ efforts to meet or exceed established DoD IMR standards, deployment health-related initiatives, and Force Health Protection (FHP) requirements and goals. The RHRP supports the RC, TPR services members (Army, Navy, and Marine Corps), U.S. Coast Guard SMs (active duty and Reserve) and re-deploying DoD civilians from participating DoD Agencies.



The Defense Health Agency (DHA), per Department of Defense Instruction (DoDI) 6025.19, is responsible for executing the Reserve Health Readiness Program. DHA Procedural Instruction 6200.06 assigns the Director, DHA responsibility for developing, executing, and managing the DoD’s Periodic Health Assessment (PHA) Program.



The government anticipates awarding a single award contract based on a best value trade-off approach that considers technical capability, past performance, price, key personnel, and small business participation plans.



2. Format and Instructions for Proposal Submission



Offerors must submit proposals in accordance with the RFP instructions to ensure compliance, consistency, and efficient evaluation. Proposals that do not adhere to the specified format may be deemed non-compliant and may not be evaluated.



Each volume must be clearly labeled with the solicitation number, offeror’s name, and the volume title on the cover page.





3. Compliance and Completeness Requirements



Offerors are advised that the following will be strictly enforced:



Each volume must be paginated.




  1. Completeness:



•Proposals must address all RFP requirements outlined in FAR 52.212-1 (Instructions to Offerors).



•Failure to include required information may result in a determination of non-responsiveness.



•Do not include pricing information in volumes other than the Price Proposal.




  1. Compliance with Submission Instructions:



•Submit proposals via the designated electronic submission platform by the due date and time specified in the solicitation.



•Late proposals will not be considered, except as permitted under FAR 15.208.



4. Volume Access and Evaluation Process



To ensure a fair and efficient evaluation process, each evaluation team will only have access to the volume(s) assigned to their specific evaluation area:




  • Technical Evaluation Team: Will evaluate the Technical Proposals for technical capability (effectiveness of approach and understanding of the requirements) and proposal risk.



The government will be requiring a 50-minute presentation for specific technical evaluation criteria- the offeror shall be prepared to present live during a TEAMS meeting.




  • Key Personnel Team: Will evaluate proposed key personnel for adherence with qualification requirements

  • Small Business Team: Will evaluate Small Business Subcontracting Plans for adherence to small business participation goals.

  • Past Performance Team: Will evaluate the recency, relevancy, and quality of submitted Past Performance references.

  • Price Evaluation Team: Will evaluate Price Proposals for reasonableness, completeness, and balance.



No evaluation team will have access to other proposal volumes, ensuring objectivity and independence in evaluations.



5. Proposal Preparation Guidance



Clearly address technical requirements specified in the FAR 52.212-1 Instructions to Offerors and FAR 52.212-2 Evaluations, and their Addendums.



Disclaimer: This is a pre-solicitation notice and does not constitute a Request for Proposal (RFP). Interested parties should monitor SAM.gov for the official solicitation and further updates.





Contracting Officer:



Nakaura Yusuf



nakaura.yusuf.civ@health.mil



(703) 681-5821




Attachments/Links
Contact Information
Contracting Office Address
  • PROF SERVICES CONTRACTING DIV PS-CD 7700 ARLINGTON BLVD.
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Number: 20240232 Bid Title: Pre-Qualification of Contractors for Neighborhood Residential and Rehabilitation

James City County

Bid Due: 10/15/2025

IFB No. 25-2428-4JLG Carpentry Services Status: Open IFB 92207 Henrico County Government -County

State Government of Virginia

Bid Due: 4/23/2025

Follow Primary Care Behavioral Health Expert Trainers Active Contract Opportunity Notice ID HT001125R0011-Presolicitation

DEPT OF DEFENSE

RFP SOL1162 Employee Health Services Status: Open RFP 90172 Roanoke City Government -City

State Government of Virginia

Bid Due: 4/28/2025