6540--National Prescription Eyeglasses Manufacturing
ID: 36C24126R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Ophthalmic Goods Manufacturing (339115)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking proposals for the National Prescription Eyeglasses Manufacturing contract, aimed at providing prescription eyeglasses for eligible Veterans across all VA medical centers and outpatient clinics nationwide. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and encompasses the manufacturing of various types of eyeglasses, including dress and safety glasses, adhering to strict quality control and timely delivery standards. This contract is crucial for ensuring that Veterans receive high-quality optical products tailored to their needs, with a performance period of ten years, including a five-year base and an optional five-year extension. Interested parties must submit their proposals by January 7, 2026, at 4:30 PM Eastern Time, and can direct inquiries to Contract Specialist Jeremy J. Boston at Jeremy.Boston@va.gov.

    Point(s) of Contact
    Jeremy J. BostonContract Specialist
    Contracting Officer
    Jeremy J. Parker
    Jeremy.Boston@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C24126R0001, issued by the Department of Veterans Affairs, seeks proposals for national prescription eyeglass manufacturing services for eligible Veterans across all CONUS and OCONUS locations. The contract will be a firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ) with economic price adjustment, resulting in multiple awards for a ten-year period (five-year base and one five-year option). The contractor will be responsible for manufacturing eyeglasses according to VA prescriptions, adhering to strict quality control, and ensuring timely shipping (seven business days for standard, ten for specialty lenses). Key requirements include providing various lens types (single vision, bifocal, progressive, photochromatic), a comprehensive frame sample kit (85 frames), repair kits, display racks, and patient instructions. The solicitation emphasizes HIPAA compliance, confidentiality of patient records, and restrictions on advertising to Veterans. Evaluation criteria include technical acceptability, experience, capabilities, and price.
    The Department of Veterans Affairs (VA) Network Contracting Office 1 (NCO 1) has issued an amendment to a previous combined solicitation, number 36C24126R0001, for National Prescription Eyeglasses Manufacturing. This amendment, with a response date of December 23, 2025, at 16:30 Eastern Time, New York, USA, updates clauses based on the Revolutionary FAR Overhaul and deviations issued by the VA. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a NAICS code of 339115. The place of performance is nationwide VA Medical Centers and their catchment areas. For additional information, interested parties should refer to the attached document titled "36C24126R0001 0001."
    This document is Amendment 0001 to Solicitation 36C24126R0001, issued by the Department of Veterans Affairs, Network Contracting Office 1 (NCO 1) on December 3, 2025. The purpose of this amendment is to update clauses based on the Revolutionary FAR Overhaul and deviations issued by the VA. Specifically, it removes clauses 52.225-13 and 52.222-55 and replaces the list of clauses incorporated by reference in Section A.1. These updates include numerous revised FAR clauses related to business ethics, whistleblower rights, executive compensation, small business programs, labor, environmental concerns, and privacy, with most having a November 2025 revision date. The amendment also incorporates VA-specific clauses. Offerors must acknowledge receipt of this amendment for their offers to be considered.
    This document is an amendment to a previous combined solicitation, 36C24126R0001, for National Prescription Eyeglasses Manufacturing for Nationwide VA Medical Centers. The amendment, issued by the Department of Veterans Affairs, Network Contracting Office 1, extends the response due date and time to January 7, 2026, at 16:30 Eastern Time. It states that the VA is finalizing responses to industry questions and anticipates a future amendment addressing these questions around December 22, 2005. The solicitation is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 339115 and Product Service Code 6540. The points of contact are Jeremy J. Boston (Contract Specialist) and Jeremy J. Parker (Contracting Officer).
    This amendment to solicitation number 36C24126R0001 from the Department of Veterans Affairs, Network Contracting Office 1 (NCO 1), extends the deadline for offer submissions. The original solicitation, issued by the Contracting Officer (90C) at 1 VA Center, Augusta ME 04330, had an effective date of November 26, 2025. This amendment, dated December 16, 2025, changes the hour and date for receipt of offers to January 7, 2026, at 16:30 EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate communication, with failure to do so potentially resulting in rejection of their offer.
    This amendment updates a previous combined solicitation, 36C24126R0001, for National Prescription Eyeglasses Manufacturing. The Department of Veterans Affairs, Network Contracting Office 1 (NCO 1), located in Augusta, ME, issued this amendment. Key updates include government responses to industry questions, revisions to the SF1449, Price Schedule, Other Than Certified Pricing Data, and TAS 4 Complete Submission of Proposal worksheets. All modified documents are marked with “Rev1.1” and highlight changes in red, with removals indicated by red strikeouts. The solicitation is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside, with a product service code of 6540 and NAICS code 339115. The response deadline is January 7, 2026, at 16:30 Eastern Time. No further questions will be accepted. The place of performance is Nationwide VA Medical Centers and their catchment areas.
    This document is an amendment to Solicitation Number 36C24126R0001 for National Prescription Eyeglasses Manufacturing. The amendment provides government responses to industry questions that were not previously posted with amendment 0003. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with a Product Service Code of 6540 and NAICS Code 339115. The contracting office is located in Augusta, ME, and the place of performance is nationwide at VA Medical Centers and their catchment areas. The response date for the solicitation is January 7, 2026, at 4:30 PM Eastern Time.
    This document is an amendment to a previous combined solicitation, 36C24126R0001, for National Prescription Eyeglasses Manufacturing. The amendment provides government responses to industry questions that were not previously posted with amendment 0003. Key details include the contracting office's zip code (04330), a response date of January 7, 2026, at 4:30 PM Eastern Time, and a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The product service code is 6540 and the NAICS code is 339115. The Department of Veterans Affairs, Network Contracting Office 1, located in Augusta, ME, is the contracting office. The points of contact are Contract Specialist Jeremy J. Boston and Contracting Officer Jeremy J. Parker. The place of performance is Nationwide VA Medical Centers and their catchment areas. Attached documents include SF30 36C24126R0001 0004 and Industry Q_A Government Responses - 36C24126R0001.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for national prescription eyeglasses manufacturing services. The VA intends to award multiple firm-fixed-price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with economic price adjustments for a ten-year period (five-year base and one five-year option). These contracts are set aside for SBA-certified service-disabled veteran-owned small businesses (SDVOSB’s) and will cover VA Medical Centers and their catchment areas nationwide, including CONUS and OCONUS locations. A Virtual Industry Day will be held on November 5, 2025, at 12:30 PM Eastern Time; interested parties must email Jeremy.Boston@va.gov and Jeremy.Parker2@va.gov by November 4, 2025, to receive an invitation. The solicitation, identified as 36C24126R0001, is expected to be posted on or about November 6, 2025. The VA is not seeking pricing information at this time, and telephone inquiries will not be accepted.
    The Department of Veterans Affairs (VA) has issued a modification to a previous notice regarding the National Prescription Eyeglasses Manufacturing solicitation (36C24126R0001). The VA is delaying the solicitation until approximately November 20, 2025, to comply with Revolutionary FAR Overhaul updates. This initiative aims to provide prescription eyeglasses for eligible veterans nationwide, including CONUS and OCONUS locations. The solicitation is set aside for SBA-certified service-disabled veteran-owned small businesses (SDVOSB’s), requiring adherence to Nonmanufacturer Rule (NMR) requirements or class waivers. The VA intends to establish multiple firm-fixed-price, IDIQ contracts with economic price adjustments, each having a ten-year performance period (five-year base and one five-year option). Delivery orders will be single-award, with at least two contractors. The VA is not currently seeking pricing information. All correspondence should include both points of contact, Jeremy J. Boston (Contract Specialist) and Jeremy J. Parker (Contracting Officer), and the solicitation identifier in the subject line. Telephone inquiries will not be accepted.
    The Department of Veterans Affairs (VA) has issued Solicitation #36C24126R0001, a Request for Proposals (RFP) for National Prescription Eyeglasses Manufacturing. This solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), seeks contractors to provide prescription eyeglasses (dress and safety) for eligible Veterans across all VA sites of care, including CONUS and OCONUS locations. The NAICS code is 339115 (Ophthalmic Goods Manufacturing) with a 1,000-employee size standard, and the Product Service Code is 6540. Proposals are due by December 23, 2025, at 4:30 PM Eastern Time. The solicitation does not include optician services. Interested companies must submit proposals as described in the Statement of Work, with points of contact being Contract Specialist Jeremy J. Boston and Contracting Officer Jeremy J. Parker.
    This document outlines a comprehensive catalog of eyeglass products and services, categorized by lens type (CR-39, Polycarbonate, High Index 1.60, 1.67, 1.74, Trivex), frame materials (Stainless Steel, Titanium, Safety Frame), and various lens add-ons (tints, coatings, specialized prescriptions). It details complete eyeglasses, frames only, and individual lens options. The file also lists
    This document outlines a comprehensive catalog of eyeglass products and services, categorized by lens type (CR-39, Polycarbonate, High Index 1.60, 1.67, 1.74, Trivex), frame type (complete eyeglasses, frames only in stainless steel, titanium, safety), and various lens add-ons and coatings. The add-ons include photochromatic options (standard, premium 1, premium 2), anti-reflective coating, polarized, blackout, frosted, prism, high prescription diopters, oversized blanks, roll and polish edge, additional powers, gradient and solid tints, blue filter, and slab-off. It also lists OCONUS shipping charges for Alaska, Hawaii, and Puerto Rico. The numbering system (e.g., 0001, 1001, 2001) suggests that these items are offered across different regions (1-4 regions) and contract periods (Base, Ordering Period 1, Ordering Period 2, Ordering Period 3) with potential discount variations based on the number of regions.
    This government file outlines a comprehensive pricing schedule for complete eyeglasses and associated add-ons, likely for a federal, state, or local RFP. The document details various types of complete eyeglasses based on lens material (CR-39, Polycarbonate, High Index 1.60-1.74, Trivex) and lens types (single vision, bifocal, trifocal, progressives, lenticular). It also includes pricing categories for frame add-ons (stainless steel, titanium, safety frames) and numerous lens add-ons, such as photochromatic coatings (standard and premium versions), anti-reflective coatings, polarized lenses, tints, and specialized prescriptions. Offerors are instructed to provide detailed pricing for frame, lens, and manufacturing components, with a specific exception for display kits, for which only the cost plus shipping is required. The document emphasizes aligning prices with the overall Price Schedule and allows for notes to explain any discrepancies or additional proposed items.
    This government file outlines the pricing structure for complete eyeglasses, frames, and various lens add-ons, detailing specific Line Item Numbers (CLINs) and descriptions for a comprehensive range of optical products and services. It categorizes complete eyeglasses by lens material (CR-39, Polycarbonate, High Index 1.60-1.66, High Index 1.67-1.73, High Index 1.74, and Trivex), further breaking them down by lens type (Single Vision, Bifocal, Trifocal, Progressive, Premium Progressive, Occupational Multifocal, and Aspheric Lenticular). The document also specifies pricing for frame add-ons like Stainless Steel, Titanium, and Safety Frames, as well as numerous lens add-ons including tints, coatings, photochromatic options, anti-reflective coatings, polarized lenses, and specialty options. A crucial instruction states that offerors should not provide cost data except for CLIN 0012, which is for Display Kits for Community Care Network Locations and requires pricing at cost. The file emphasizes that prices submitted must match those in the Price Schedule, with any discrepancies requiring explanation. This document serves as a detailed guide for offerors to provide transparent and accurate pricing for an extensive array of optical products and services.
    This document appears to be a record related to patient information and procurement within a healthcare system, likely a Veterans Affairs (VA) facility given the '.name@va.gov' email domain. It lists fields such as 'StationNa' (Station Name), 'PatientIEN' (Patient Internal Entry Number), 'PatientNa' (Patient Name), 'PurchaseOStreetAddr' (Purchase Order Street Address), 'City', 'State', and 'Zip'. Other fields include 'RequestDa' (Request Date), 'ConsultRea' (Consultation Reason), 'OrderConta' (Order Contact), 'IsRemake', and 'LatestComVendorReferenceNumb' (Latest Commercial Vendor Reference Number). The file seems to detail specific patient-related purchase orders or requests, possibly for medical supplies or services, linking patient demographics with procurement details and vendor information. The context suggests it is part of an administrative record for tracking patient-specific requisitions or transactions within the VA healthcare system.
    This government file is a detailed catalog of eyewear products, categorized by genre (Unisex Zyle, Unisex Metal, Men's Zyle, Men's Metal, Women's Zyle, Women's Metal), manufacturer, frame model/style, and color. It also includes specific item numbers, SKU codes, and sizes for each product. The file appears to be a comprehensive inventory or a list of available items, likely intended for procurement or supply chain management within a government context, such as an RFP for eyewear supplies. The document's purpose is to provide a clear and organized listing of eyewear options, facilitating efficient selection and ordering based on specific requirements for different demographics and material preferences. It details a wide range of styles and colors across various manufacturers, ensuring diverse options are available.
    This government file outlines the requirements for an Offeror responding to a Request for Proposal (RFP) related to prescription eyeglasses. It details the necessary submission components, including administrative information like Offeror Name and UEI, and critical technical acceptability standards. These standards encompass sample frame and lens offerings, equipment, contingency plans, and complete proposal submission. The evaluation criteria are based on three main factors: Factor 1 for Experience, Factor 2 for Capabilities and Expansion Plans (with subfactors for Capabilities and Expansion Plans), and Factor 3 for Price. The document also specifies required certifications and attachments, such as the Amended SF1449, VAAR 852.219-76, and FAR 52.240-90, along with instructions for file naming and notes. The purpose is to guide offerors in preparing a compliant and competitive proposal for the National Prescription Eyeglasses RFP.
    The document outlines the essential components for a proposal submission related to National Prescription Eyeglasses, likely a federal government Request for Proposal (RFP). It details various required certifications, such as SDVOSB SBA and Joint Venture, and specific forms like SF1449. Key evaluation factors include Offeror experience, capabilities, expansion plans, and price, with explicit technical acceptability standards for sample frame kits, lens offerings, equipment, and contingency plans. The document also addresses responsibility determinations, pricing data requirements, and VAAR limitations on subcontracting. Furthermore, it provides instructions for file naming conventions and notes for submissions, indicating a structured approach to assessing vendor qualifications and proposals for government contracts.
    VAAR 852.219-76 outlines certification requirements for offerors regarding limitations on subcontracting for supplies and products, primarily for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify compliance with subcontracting limits: for product contracts, no more than 50% of the government-paid amount can go to non-certified SDVOSBs/VOSBs, excluding material costs. Non-manufacturers must supply products from domestic small business manufacturers unless waived and meet specific criteria like employee limits and engagement in retail/wholesale trade. False certifications can lead to severe penalties, including fines and prosecution. The VA reserves the right to request documentation to verify compliance at any time, with failure to provide documents potentially leading to remedial action. A formal, signed certification is mandatory with the offer; otherwise, the offer will be deemed ineligible.
    The FAR 52.240-91 clause outlines security prohibitions and exclusions for federal government contracts, particularly concerning foreign-made technologies and services. It defines various terms like "American Security Drone Act-covered foreign entity," "covered application" (e.g., TikTok), "covered telecommunications equipment or services" (e.g., Huawei, ZTE, Hikvision), and "critical technology." The clause prohibits contractors from providing or using certain products or services, including covered applications on government IT, Kaspersky Lab-covered articles, and covered telecommunications equipment as substantial components or critical technology. It also bans FASC-prohibited unmanned aircraft systems. These prohibitions extend to activities outside contract performance for certain telecommunications and video surveillance equipment and adherence to OFAC restrictions, including those related to Cuba, Iran, Sudan, Burma, and North Korea. Contractors must conduct reasonable inquiries to identify prohibited items, report non-compliance within 72 hours, and review the System for Award Management (SAM) quarterly for new FASCSA orders. The clause requires flow-down to subcontracts.
    FAR 52.240-90 outlines security prohibitions and exclusions for federal government contracts, focusing on restrictions related to telecommunications equipment, specific entities, and business operations in Sudan and Iran. The regulation defines key terms such as "covered telecommunications equipment or services," "restricted business operations," and "sensitive technology." Offerors must represent and certify their compliance, after a reasonable inquiry, that they do not use or provide prohibited equipment or services, are not subject to FASCSA orders, do not conduct restricted business operations in Sudan, and do not engage in activities involving sensitive technology with Iran or transactions with Iran's Revolutionary Guard Corps. Exceptions exist for trade agreements concerning Iran. The document also details disclosure requirements within 72 hours for non-compliant products or services, including comprehensive information about the item, producer, functionality, and potential mitigation actions. Disclosures are submitted to either the Department of Defense's DIBNet or the Contracting Officer, who will review them to determine if a waiver can be pursued. This regulation ensures national security and compliance with various federal sanctions and prohibitions in government contracting.
    The government file addresses numerous industry questions and government responses regarding the National Prescription Eyeglasses Manufacturing contract (36C24126R0001). Key topics include the provision of optician services, with the VA intending to use employed or contracted opticians and ensuring continuity of services for Veterans. The contract outlines a national award system with multiple contractors, where one award will be issued per region, and price will be the primary factor for awarding delivery orders. The document clarifies submission requirements for proposals, technical acceptability standards for sample frames and lenses, and details regarding equipment maintenance and experience narratives. It also addresses questions about capabilities for manufacturing eyeglasses, the contract timeline, and the exclusion of optician services from the manufacturing contract. Additionally, the file clarifies specifications for lens types, frame requirements, shipping, reporting, and invoicing procedures, emphasizing the use of 4-Sight for order transmission and compliance with various federal acquisition regulations.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for prescription eyeglasses manufacturing for eligible beneficiaries. This solicitation, set aside for SBA-certified service-disabled veteran-owned small businesses (SDVOSBs), aims to establish multiple firm-fixed price with economic price adjustment, Indefinite Delivery Indefinite Quantity (IDIQ) contracts covering a ten-year performance period. The VA will host a Virtual Industry Day on November 5, 2025, to detail proposal submission expectations. Interested parties must email Jeremy Boston and Jeremy Parker by November 4, 2025, to receive an invitation. The solicitation, identified as 36C24126R0001, will not include services for opticians and will require contractors to meet Nonmanufacturer Rule (NMR) requirements. Pricing information is not being requested at this time.
    The Department of Veterans Affairs (VA) has postponed the solicitation for National Prescription Eyeglasses Manufacturing until approximately November 20, 2025, to comply with new FAR updates. This presolicitation notice confirms the VA's ongoing program to provide prescription eyeglasses (dress and safety) to eligible Veterans across all CONUS and OCONUS care sites, excluding optician services. The solicitation is exclusively for SBA-certified service-disabled veteran-owned small businesses (SDVOSB's) that meet Nonmanufacturer Rule (NMR) requirements or applicable class waivers. The VA intends to award multiple firm-fixed price with economic price adjustment, IDIQ contracts covering the entire nation, with a ten-year performance period (five-year base and one five-year option). Delivery Orders will be single award, with at least two contractors receiving awards. The government is not currently seeking pricing. All correspondence must include both Jeremy J. Boston and Jeremy J. Parker as Points of Contact and reference solicitation identifier 36C24126R0001 in the subject line; telephone inquiries are not accepted.
    This is a Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA) for prescription eyeglass manufacturing services. Solicitation # 36C24126R0001, prepared in accordance with the Federal Acquisition Regulation (FAR), seeks proposals from SBA certified service-disabled veteran-owned small businesses (SDVOSBs). The selected contractor will provide both dress and safety prescription eyeglasses for eligible Veterans at all VA sites, including CONUS and OCONUS locations and their outpatient clinics. The procurement uses NAICS code 339115 with a small business size standard of 1,000 employees and PSC 6540. Services for opticians are not included. Interested companies must submit proposals following the instructions for offerors. Points of contact for the solicitation are Jeremy J. Boston (Contract Specialist) and Jeremy J. Parker (Contracting Officer).
    The Department of Veterans Affairs (VA) is soliciting proposals for national prescription eyeglass manufacturing services, including dress and safety glasses, for eligible Veterans across all CONUS and OCONUS locations. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be firm-fixed price with economic price adjustment, with the VA intending to make multiple awards. The contract has a ten-year performance period, consisting of a five-year base and one five-year option period. The contractor will be responsible for manufacturing eyeglasses according to VA prescriptions and industry standards (ANSI, FDA), providing a wide range of lens types (single vision, bifocal, trifocal, progressive, photochromatic, anti-reflective) and frames (metal, plastic, titanium, safety). Key responsibilities include stringent quality control, tracked shipping within specified timelines, and managing frame sample kits for VA Optical Shops. The contract also addresses patient information confidentiality (Privacy Act, HIPAA), restrictions on advertising, and specific requirements for backorders, frame outages, and repair kits. Invoicing will be weekly and submitted electronically. Future shipping methods will primarily involve USPS NSA rates or Next Generation Delivery Service 2 (UPS/FedEx) using VA accounts.
    This amendment to solicitation number 36C24126R0001, issued by the Department of Veterans Affairs, provides critical updates and clarifications for all offerors. Key revisions include government responses to industry questions, an updated SF1449 form, and modifications to the Price Schedule, Other Than Certified Pricing Data, and TAS 4 Complete Submission of Proposal worksheets. All updated documents are marked as "Rev1.1," with specific changes highlighted in red, including strike-throughs for removals. Offerors must acknowledge this amendment to avoid rejection of their proposals. No further questions will be accepted, emphasizing the finality of these revisions for the solicitation.
    This government document, Standard Form 30, is an Amendment of Solicitation/Modification of Contract issued by the Department of Veterans Affairs, Network Contracting Office 1 (NCO 1). Specifically, it is Amendment 0004 to Solicitation Number 36C24126R0001, with an effective date of December 19, 2025. The purpose of this amendment is to provide government responses to industry questions regarding the solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on their offer, or sending a separate communication, all prior to the specified hour and date for offer receipt. Failure to acknowledge receipt may result in the rejection of the offer. This form outlines the administrative details for such amendments, ensuring all terms and conditions of the original document, as modified, remain in full force and effect.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Prescription Safety Glasses & Fittings at Watervliet Arsenal, NY 12189
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is soliciting quotes for the provision of prescription safety glasses and related fitting services at Watervliet Arsenal and Benet Laboratories in New York. This total small business set-aside contract requires the selected vendor to provide on-site fittings, dispensing, and adjustments of safety glasses, including options for Progressive Lenses, over a base year and two option years. The contract, valued at up to $9 million, is set to commence on January 1, 2026, and interested parties must submit their quotes by December 29, 2025. For further inquiries, potential bidders can contact Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil or Dave DeAnda at david.d.deanda.civ@army.mil.
    6515--Supplies - Orthotics - VISN 10 Sites
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for orthotic appliances and related services across various locations within Veterans Integrated Service Network 10 (VISN 10). The procurement aims to enhance the provision of custom orthotic devices to eligible veterans, ensuring compliance with VA prescriptions and relevant coding standards while maintaining high-quality service and timely delivery. This initiative is crucial for supporting veterans' rehabilitation needs and improving their overall healthcare experience. Interested parties must submit their quotes by January 13, 2026, to the Contracting Officer, Kellie J. Konopinski, at kellie.konopinski@va.gov, during the specified on-ramp period, which is part of an ongoing solicitation process.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    6515--MSPV BPA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified suppliers to establish Blanket Purchase Agreements (BPAs) for Medical/Surgical Prime Vendor (MSPV) supplies, specifically consumable medical and surgical items, for nationwide use within the Veterans Health Administration (VHA). This procurement aims to ensure the availability, consistency, and standardized pricing of medical supplies while adhering to compliance regulations, including the Federal Acquisition Regulation (FAR) and the Trade Agreements Act. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of authorized distributors, competitive pricing, and adherence to electronic data interchange (EDI) standards. Interested parties must submit their quotes by January 19, 2026, and can direct inquiries to Contracting Officer Katherine (Katie) Corcoran at katherine.corcoran@va.gov or 401-402-4678.
    6540--NX EQ Pachymeters Corneal Ultrasound (VA-26-00027713)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources to supply Pachymeters: Corneal Ultrasound, specifically the brand name or equal DGH Pachmate 2 devices, through a Sources Sought Notice issued by the Strategic Acquisition Center. This procurement aims to fulfill the Veterans Health Administration's (VHA) requirement for non-expendable equipment, with the intention to award a single Requirements Contract featuring Firm-Fixed Price orders for an initial 12-month base period and four additional 12-month option periods. Pachymeters are critical ophthalmic instruments used primarily for measuring corneal thickness, which is essential in detecting glaucoma and planning refractive surgeries. Interested vendors must submit their responses, including company details, technical literature, service plan information, and pricing, by December 30, 2025, at 11:59 AM Eastern, to the designated contacts, Cyia Jones and Kimberly LeMieux.
    J065--Phoropter Maintenance Service - St. Cloud
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the St. Cloud VA Health Care System in Minnesota, is seeking qualified contractors to provide maintenance services for phoropters, specifically the Reichert Ophthalmic Instruments Model 11636. This presolicitation notice serves as a sources sought notice aimed at gathering information on potential contractors, particularly those with socio-economic classifications such as Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), who are authorized to service the specified equipment. Interested parties must submit their company information, including their SAM Unique Entity ID and capability statement, via email to Contract Specialist James Miller at james.miller4@va.gov by December 26, 2025, at 10:00 AM Central Time. This notice is for market research purposes only and does not constitute a solicitation for offers.
    Authorized Protective Eyewear List
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking manufacturers to participate in a Sources Sought notice for the Authorized Protective Eyewear List (APEL), aimed at updating the Qualified Product List (QPL) for protective eyewear. This initiative is crucial for providing military personnel with a variety of eye protection options suitable for combat and training environments, ensuring compliance with the latest performance specifications, including MIL-PRF-32432A and ANSI Z87.1-2020. Interested manufacturers must submit physical samples and comprehensive proposals detailing their products, production capabilities, and compliance with regulatory requirements, with key deadlines set for January 23, 2026, for cold weather goggles and March 13, 2026, for all other items. For inquiries, manufacturers can contact Tim Horne at timothy.m.horne8.civ@army.mil or Reid Lichwell at reid.e.lichwell.civ@army.mil.
    R699--Reader Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Reader Services to support employees with visual impairments at the Cleveland Regional Office. The objective of this procurement is to ensure reasonable accommodation for a Department employee by offering remote reading and interpretation of various documents, including electronic records and medical information. This service is crucial for maintaining accessibility and support for veterans, emphasizing the VA's commitment to inclusivity. The contract, valued at approximately $22.5 million over a base period and four optional years, is set aside for Service-Disabled Veteran-Owned Small Businesses, with quotes due by August 7, 2025. Interested parties can contact Contracting Officer Thomas Landers at thomas.landers@va.gov or by phone at 802-698-2746 for further details.
    Q517--Pharmacy Emergent First Fill at the SFVAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking proposals for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for Pharmacy Emergent First Fill Services at the Sioux Falls VA Health Care System (SFVAHCS) and its associated Community-Based Outpatient Clinics (CBOCs). The contractor will be responsible for providing an open pharmacy network that allows veterans to obtain first-fill prescriptions for a maximum of 10 days (14 days for antibiotics) from the VA's Emergent Drug List, with no refills authorized and prescriptions picked up at no charge to the patients. This service is critical for ensuring timely access to necessary medications for veterans, with the contract set to begin on January 1, 2026, and extend through December 31, 2030. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their proposals by December 26, 2025, including required documentation and licenses, to Contract Specialist Michael Wicht at michael.wicht@va.gov or by phone at 402-996-3630.