Areawide Optometry PM Services
ID: 75H71225Q-1510867Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEPHOENIX AREA INDIAN HEALTH SVCPHOENIX, AZ, 85004, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS) Phoenix Area Office, is seeking a contractor to provide preventative maintenance and repair services for optometry equipment across various facilities in Arizona, California, Nevada, and Utah. The objective is to ensure that the optometry equipment operates reliably and meets original equipment manufacturer (OEM) specifications, thereby supporting the healthcare needs of approximately 140,000 Native American users. This contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) model, will last for one year with four optional renewals, and is set to commence on April 1, 2025. Interested contractors must submit their quotations by May 30, 2025, and can direct inquiries to Dale C Clark at dale.clark@ihs.gov.

    Point(s) of Contact
    Dale C Clark
    dale.clark@ihs.gov
    Files
    Title
    Posted
    The document outlines Solicitation No. 75H71225Q-1510867, which details a Request for Quotation (RFQ) for Preventative Maintenance and Repair Services of optometry equipment within the Phoenix Area Indian Health Service. It is governed by Federal Acquisition Regulations (FAR) and anticipates awarding a Firm Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract for services starting April 1, 2025, running through 2026, with four potential extension options. Key components include a minimum of 220 and a maximum of 450 preventive maintenance services per year, with detailed requirements for price submissions, including overhead costs and other fees. The document specifies compliance with numerous FAR clauses and highlights the importance of contractor qualifications, including ISO certification and experience in handling medical equipment. Submissions must include technical, pricing, and past performance narratives, with strict guidelines on format and content. The government prioritizes the quality of offers, allowing evaluations based on both price and technical merit. Deadlines for questions and submission are stipulated, emphasizing a structured and regulated acquisition process focused on ensuring the quality of services provided to health services in the region.
    The Phoenix Area Indian Health Service (PAIHS) seeks a contractor to provide comprehensive preventative maintenance and repair services for optometry and ophthalmology equipment across various facilities in Arizona, California, Nevada, and Utah, serving approximately 140,000 Native American users. The goal is to ensure equipment operates safely and effectively by adhering to original equipment manufacturer (OEM) specifications and regulatory standards. Services required include routine preventative maintenance, corrective maintenance, on-site troubleshooting, and timely repair of non-operational devices. Contractors must employ qualified personnel, follow strict compliance guidelines, and document all services performed, with clear communication to the Contracting Officer Representative (COR). Additionally, a system for documentation of service reports and invoicing is established, ensuring that all maintenance adheres to quality assurance and environmental standards. The contract, lasting one year with four optional renewals, operates on an Indefinite Delivery/Indefinite Quantity (IDIQ) model, allowing flexibility to meet the varying needs of the health service facilities. This initiative affirms the commitment of the PAIHS to maintain high-quality healthcare services through reliable medical equipment management and support.
    The document outlines the cost schedule and biomedical equipment inventory related to optometry and ophthalmology devices for various facilities under the Phoenix Area Indian Health Service (IHS). It specifies the estimated quantity of medical devices needed at several health centers, including the Phoenix Indian Medical Center and others in Arizona, California, Utah, and Nevada. The inventory lists different types of equipment such as analyzers, cameras, examination chairs, perimeters, refractors, and slit lamps, along with their manufacturers, models, quantities, and unit costs. The purpose of the document is to support federal RFPs and grants for the procurement of necessary medical equipment, facilitating improved healthcare services in these facilities. The inclusion of base year costs and option years suggests a multi-year contract structure for the acquisition and potential maintenance of medical devices, ensuring ongoing access to updated technology for patient care. Overall, this document serves as a fundamental resource for federal and state health initiatives aimed at enhancing optometric and ophthalmologic care for underserved populations within the Indian Health Service system.
    The document outlines a Price Schedule Sheet related to Request for Quotation (RFQ) 75H71225Q-001KN for preventative maintenance and repair services for medical-grade refrigerators and freezers. It specifies pricing frameworks for Standard Preventative Maintenance Services and Corrective Maintenance/Repair Service, indicating minimum and maximum service quantities per year, which range from 220 to 450 units and 1 to 300 hours, respectively. The pricing model includes annual ceiling amounts for multiple contract years: a Base Year and four subsequent Option Years. Contractors are instructed to fill in blue cells, which will auto-calculate totals based on their submissions. This structured pricing sheet is essential for federal procurement processes, ensuring transparency and standardization in offering maintenance services for critical medical equipment.
    The Arizona Department of Revenue has issued an Exemption Letter to the Department of Health & Human Services, Phoenix Area Indian Health Service, which qualifies as a hospital exempt from the Arizona Transaction Privilege Tax and Use Tax effective January 1, 2025. This exemption applies to specific business classifications including utilities, restaurant services, retail sales, and job printing among others, as outlined by relevant statutory references. Additionally, the organization is exempt from the Cities Privilege Tax in the same classifications. A complete list of exempt locations associated with the Phoenix Area Indian Health Service is provided in Appendix "A." The exemption remains valid as long as the organization continues to meet qualifying criteria, and it may be revoked if the provided information is found inaccurate. Vendors must be presented with the Exemption Letter and an Arizona Exemption Certificate to document the exempt status. This letter serves to facilitate the administration of taxes concerning health services provided within the state, supporting the operational capacity of the health service in serving the community effectively.
    The document is a Request for Quotation (RFQ) for Preventative Maintenance and Repair Services for Optometry Equipment within the Phoenix Area Indian Health Service (IHS). It falls under the Federal Acquisition Regulation (FAR) for the acquisition of commercial services, specifically categorized for small business set-asides. The contract is expected to be firm fixed-price, potentially involving multiple awards, with an initial service period commencing on April 1, 2025, and lasting until March 31, 2026, followed by four one-year extension options. Contractors must provide a price list, which should encompass all necessary costs and comply with FAR requirements. The selection will be based on a Best Value approach, assessing both technical capabilities and past performance alongside price. The document outlines detailed performance and compliance standards, emphasizing the necessity for contractors to possess relevant certifications and experience with IHS protocols. Key provisions and clauses are included, ensuring compliance with federal mandates related to labor, safety, and procurement practices. Questions may be submitted by May 15, 2025, with quotations due by May 30, 2025. Overall, this RFQ signifies the IHS's commitment to maintaining critical health equipment while ensuring adherence to federal contracting standards.
    The document outlines the requirements for ISO certifications related to a government RFP concerning maintenance and repair services for medical devices. It mandates that the prime contractor must possess active ISO certification, specifically ISO 9001:2015 or ISO 13485:2016, to demonstrate a robust quality management system. In addition, if a subcontractor is involved, they too must hold appropriate certification to ensure compliance with service standards. The document clarifies that the certification requirement applies not only to organizations involved in the design and manufacture of medical devices but also extends to service providers responsible for the maintenance and repair of specific medical equipment types, including those used in optometry and ophthalmology. This emphasis on certification underscores the need for quality assurance in handling medical equipment services, reflecting the government's priorities in adherence to safety and quality performance standards within RFP parameters.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian and Alaska Native patients across its federal service units in the Great Plains Area. The procurement aims to establish a Blanket Purchase Agreement (BPA) on a firm fixed unit price basis, with the contractor responsible for delivering high-quality optical products and services within a specified timeframe of 7-10 working days. This initiative is crucial for enhancing healthcare access and quality for the communities served, ensuring compliance with federal regulations and standards. Interested parties must submit their capability statements by December 19, 2025, to Ashleigh Yazzie at ashleigh.yazzie@ihs.gov, referencing Sources Sought Number IHS1520824.
    All in one visual acuity system
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified vendors to provide a Smart System Standard all-in-one visual acuity system for the Crownpoint Healthcare Facility in Crownpoint, New Mexico. This procurement falls under the NAICS code 339115 for Ophthalmic Goods Manufacturing and is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), emphasizing the government's commitment to supporting Indian-owned businesses. The Request for Quotations (RFQ) is expected to be issued by April 21, 2025, with quotes due by April 28, 2025. Interested parties must maintain an active profile in the System for Award Management (SAM) and can contact Arlynda Largo at Arlynda.largo@ihs.gov or 505-786-2530 for further information.
    75H70626Q000010-100% set-side, IEE Firm Fixed Price, Non-Personal Temporary Optometrist services for the QNBMHF in Belcourt ND.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide non-personal temporary optometrist services for the Quentin N. Burdick Memorial Healthcare Facility in Belcourt, North Dakota. This procurement is a Firm Fixed-Price contract, set aside 100% for Indian Economic Enterprises (IEE), with a focus on delivering comprehensive optometry services while adhering to strict quality control and health regulations. The contract period spans one year, from January 1, 2026, to December 31, 2026, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties must submit their quotes by December 8, 2025, and direct any inquiries to Jody Keplin at jody.keplin@ihs.gov.
    Solicitation for Firm, fixed-price, commercial item purchase order for OPTOMETRY MEDICAL EQUIPMENT for the Wagner Indian Health Service Hospital, 111 Washington Ave NW, Wagner, South Dakota 57380. BRAND NAME ONLY: CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 86
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting quotes for a firm-fixed-price commercial item purchase order for optometry medical equipment, specifically the CARL ZEISS MEDITEC USA, INC. HFA3 MODEL 860, for the Wagner Indian Health Service Hospital in South Dakota. This procurement is a 100% Small Business Set-Aside, requiring new equipment and parts, and explicitly prohibiting used or counterfeit items. The selected contractor will be responsible for delivering the equipment within 90 days of award, with quotes due by December 15, 2025, and questions accepted until December 5, 2025. Interested vendors must be registered with SAM.gov and utilize the Invoice Processing Platform for payments, with the award based on the lowest price that meets technical acceptability criteria. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-742-3686.
    NOTICE OF INTENT: Operating Lease, Subscription, and Support for Eyecon 9420
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, is planning to negotiate a non-competitive firm-fixed-price contract for the operating lease, subscription, and support of the Eyecon Pill Counter 9420. This procurement is intended for services that are uniquely provided by Scriptpro USA Inc, as they are the only source capable of meeting the specific requirements for on-site operations at the Kayenta Service Unit in Arizona. The contract period is set from January 1, 2026, to December 31, 2026, and interested parties other than Scriptpro USA Inc may submit a capability statement by December 10, 2025, to Flora Washington at flora.washington@ihs.gov. It is important to note that this notice is not a solicitation, and the government retains discretion over whether to pursue a competitive procurement based on the responses received.
    Source Sought Notice, Hospital Facility Maintenance Supplies, Phoenix Indian Medical Center, IHS, BPA Five-Years
    Buyer not available
    The Indian Health Service (IHS) is conducting market research through a Sources Sought Notice to identify contractors for a Blanket Purchase Agreement (BPA) for Hospital Facility Maintenance Supplies at the Phoenix Indian Medical Center in Arizona. The required supplies include HVAC components, electrical and plumbing materials, tools, personal protective equipment (PPE), and other miscellaneous maintenance items, all of which are critical for the efficient operation of the medical facility. Interested firms must submit a letter of interest by December 11, 2025, detailing their capabilities, socioeconomic status, and confirming they have an active online ordering system. For further inquiries, interested parties can contact Donovan Conley at donovan.conley@ihs.gov or by phone at 602-364-5174.
    Notice of Intent to Award
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a contract with Hill-Rom for annual preventative maintenance and repair services for existing patient beds at the Shiprock Service Unit in Shiprock, New Mexico. This procurement is limited to Hill-Rom due to their status as the manufacturer of the equipment, and the contract will cover a base period from January 1, 2026, to December 31, 2026, with four optional consecutive 12-month periods, potentially extending the total contract duration to five years. The services are critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Interested vendors who believe they can provide the required services may submit a capability statement by 10:00 AM (MST) on December 16, 2025, via email to Dallas.Begay@ihs.gov, as this notice is not a request for quotations and no solicitation will be issued.
    Notice of Intent - KHC - various supplies for Ortho Vision Swift Analyzer
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service's Navajo Area Indian Health Service, intends to negotiate a non-competitive firm-fixed-price contract with Ortho-Clinical Diagnostics, Inc. for various supplies related to the Ortho Vision Swift Blood banking analyzers at the Kayenta Health Center in Arizona. The procurement aims to secure essential supplies for performing blood typing, antibody screens, and crossmatches on patient samples and blood units, ensuring direct patient safety and care. This contract is crucial for maintaining the operational efficiency of the health center's blood banking services over a one-year period, from January 1, 2025, to December 31, 2025. Interested parties other than Ortho-Clinical Diagnostics, Inc. may submit capability statements to Jerlyn Begay at jerlyn.begay@ihs.gov by 1:00 PM EST on December 24, 2024, although the government is not obligated to respond to submissions.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.
    PM Service Agreement for GE AMX 240 Mobile X-Ray System & GE FlashPad HD Detector-SS
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide service and maintenance for the GE AMX 240 Mobile X-Ray System and GE FlashPad HD Detector at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to establish a service agreement that includes preventative maintenance, unscheduled repairs, software updates, and compliance with industry standards, ensuring the equipment operates effectively and safely. This opportunity is particularly significant as it supports healthcare delivery in Indian communities, emphasizing the importance of reliable medical equipment. Interested parties must submit their responses, including a capability statement and the Indian Small Business Economic Enterprise (ISBEE) representation form, to Shannon Eldridge-Shorty by December 15, 2025, at 03:00 PM (MT).