The RFP Database
New business relationships start here

Travax Publications License and Maintenance


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Defense Health Agency (DHA) - Contracting Division - Defense Health Care Management Systems (CD-DHMS), in support of the Program Executive Office for Defense Healthcare Management Systems (PEO DHMS) Joint Operational Medicine Information Systems (JOMIS) Program Office intends to issue a sole source contract to Shoreland Incorporated of Milwaukee, WI for the provision of licenses and maintenance of its Travax solution that allow continuing access to a multinational collaborative database (with supporting maintenance activities) that provides up-to-date international unclassified medical intelligence data supporting patient movement, preventative medicine, and clinical contingencies planning for military medical and deployment planners and providers.


Travax provides a unique toolset that significantly expands the quality and breadth of information that is available to commanders about force health protection and related information needed to support planning activities, adapt plans and monitor execution of missions within their areas of operations. Travax provides commanders and his or her health service support staff information on disease surveillance and trend analysis, identifying personnel potentially exposed to chemical, biological, radiological, nuclear, and occupational/environmental hazards, the ability to view and track patients, the ability to track logistics, as well as provides an advanced decision support capability for medical situation awareness that can be viewed on a common Geographic Information System (GIS) mapping capability. MSAT also responds to specific requests for information from a broad spectrum of Continental United States (CONUS) or Garrison (pre-deployment) medical authorities.


Travax offers content that is integrated into the Medical Situational Awareness in Theatre (MSAT) system and provides for maintenance of eImmune software being used by the White House Medical Unit (WHMU). Additionally, Travax is integrated into the Armed Forces Health Surveillance Branch's (AFHSB) Health Surveillance Explorer Portal and into the Special Operation Command's (SOCOM) Global Bio-Surveillance Portal.


Only Travax can satisfy DoD requirements such as two-factor authentication using DoD PKI, detailed surveys of host nation airports that include airport code, GPS coordinates, and airport codes, and detailed Service and Coalition hospital/treatment facility data.


This content will be acquired non-competitively pursuant to FAR 6.302-1(a) (2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.


Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing these services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this synopsis within 15 calendar days of publication, and must clearly demonstrate their ability to successfully fulfill all of the above requirements. The Government reserves the right not to respond to any expressions of interest received. Any comments, questions, or concerns regarding this notice may be submitted IN WRITING via e-mail to Mallory Person, Mallory.c.person.civ@mail.mil. No telephone responses will be accepted.


Submissions will NOT be reimbursed by the Government and the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only. Any Justification & Approval resulting from a decision to award the proposed sole source action will be posted on this website.


All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submissions will not be returned nor will the Government confirm receipt of submissions.

Matthew G. Hudson, Contracting Officer, Phone 7035885564, Email matthew.g.hudson2.civ@mail.mil - Mallory C. Person, Contract Specialist, Phone 7035885833, Email mallory.c.person.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP