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.
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 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 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.
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 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).