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
    Prescription Eyeglasses for the Billings Area Indian Health Service (BAIHS) Locations.
    Buyer not available
    The Department of Health and Human Services, through the Billings Area Indian Health Service (BAIHS), is seeking quotations for the provision of prescription eyeglasses for its service units located in Montana. The procurement aims to establish a Blanket Purchase Agreement for a duration of 12 months, with the option to extend for four additional years, to supply various eyewear options, including children's styles and sports eyewear, while ensuring compliance with ANSI standards. This initiative is crucial for enhancing healthcare services and access to optical care for Native American populations, with an estimated total of 10,500 eyeglass units required over the contract period. Interested small businesses must submit their offers by May 29, 2025, and can direct inquiries to Mitzi Horn at mitzi.horn@ihs.gov or by phone at 406-247-7067.
    Support of IM interface Connection, Support of IM, and Support of Specimen Management Package
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the support of the Instrument Manager interface connection, Instrument Manager, and specimen management package at the Kayenta Health Center in Arizona. The primary objective of this procurement is to ensure the timely transmission of laboratory test results into the Indian Health Service’s Electronic Health Record (EHR) system, thereby minimizing manual data entry errors and enhancing patient care through improved digital infrastructure. This contract, which runs from July 1, 2025, to June 30, 2026, emphasizes compliance with federal regulations, including HIPAA, and requires vendors to provide continuous support for various laboratory instruments and software. Interested parties must submit their offers by June 15, 2025, and can contact Flora Washington at flora.washington@ihs.gov or call 928-380-8345 for further information.
    RFQ-25-PHX-043 PIMC Leica HistoCore
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking quotes for the procurement of a Leica HistoCore Arcadia system, including service agreements for the Phoenix Indian Medical Center in Phoenix, Arizona. This opportunity is exclusively available to small businesses, as it is set aside under the Small Business Administration guidelines, with a focus on new equipment only from authorized dealers or distributors to ensure compliance with warranty and service requirements. The procurement aims to enhance laboratory operations within the IHS, reflecting a commitment to improving healthcare delivery in the region. Interested vendors must submit their quotes by June 24, 2025, and direct any questions to Jeremy Steel at jeremy.steel@ihs.gov by June 17, 2025.
    License Renewal for use of OPTUM Revenue Cycle Pro Software
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for the license renewal of OPTUM Revenue Cycle Pro Software for the Health Information Management Department at the Northern Navajo Medical Center in Shiprock, New Mexico. This opportunity falls under the NAICS code 541511 for Custom Computer Programming Services, and the IHS is particularly interested in responses from Indian-owned economic enterprises. The information gathered will inform the acquisition strategy, including competition and set-asides, but this is not a solicitation for proposals. Interested parties must submit their qualifications and company profiles by June 17, 2025, to Matthew Atcitty at matthew.atcitty@ihs.gov, ensuring compliance with SAM.gov registration and any relevant documentation, including the IHS IEE Representation Form for those claiming Indian-owned status.
    Bone density system
    Buyer not available
    The Indian Health Service (IHS) is seeking quotes from small businesses for the procurement of a GE Prodigy P11 bone density imaging unit, which includes delivery, installation, training, and warranty services. This Request for Quotation (RFQ IHS1508328) emphasizes the need for new equipment sourced from authorized distributors that provide original equipment manufacturer (OEM) support, reflecting the government's commitment to enhancing health service capabilities in tribal regions. Interested vendors must submit their written quotes to the Whiteriver Service Unit in Arizona by 5 PM EDT on June 20, 2025, and adhere to specific invoicing guidelines through the Invoice Processing Platform (IPP). For further inquiries, potential bidders can contact Phillip Wendzillo at phillip.wendzillo@ihs.gov or call 602-364-5012.
    Anesthesia Oversight Services
    Buyer not available
    The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking a contractor to provide anesthesia oversight services at the Shiprock Service Unit in New Mexico. The contract will cover two periods of performance: from July 1, 2025, to December 31, 2025, and from January 1, 2026, to June 30, 2026. This service is critical for ensuring the safe administration of anesthesia in medical procedures, which is vital for patient care in the region. Interested contractors must have an active profile in the System for Award Management (SAM) and are encouraged to contact Michelle James at michelle.james@ihs.gov or Matthew Atcitty at matthew.atcitty@ihs.gov for further details. The Request for Quotations is expected to be issued on or by June 16, 2025.
    NNMC, Equip: Two (2) A-Series 6-Step Microscope w/ Coupler
    Buyer not available
    The Indian Health Service (IHS) is conducting market research to identify potential sources for procuring two A-Series 6-Step Microscopes with Couplers for the Dental Department at the Northern Navajo Medical Center in Shiprock, New Mexico. This sources-sought notice aims to gather information from qualified vendors to inform the contracting office's acquisition strategy, including considerations for competition and set-asides, particularly for Indian-owned economic enterprises. The procurement falls under the NAICS code 339112, which pertains to Surgical and Medical Instrument Manufacturing, and is not a solicitation for bids. Interested parties are encouraged to submit their qualifications and relevant documentation by June 17, 2025, to Matthew Atcitty at matthew.atcitty@ihs.gov, ensuring compliance with registration requirements in the System for Award Management (SAM).
    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.
    Panoramic Dental X-Ray Unit w/Service Maintenance Agreement for IHS, Mid-Atlantic Tribal Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide a Panoramic Dental X-Ray Unit along with a Service Maintenance Agreement for the Mid-Atlantic Tribal Health Center located in Charles City, Virginia. This procurement is a 100% set-aside for Indian Small Business Economic Enterprises under the Buy Indian Act, aimed at enhancing dental services for Native populations by supplying essential diagnostic equipment. The selected vendor will be required to deliver and install the unit within 60 days post-contract award, with maintenance support extending for five years, and must submit a detailed Installation Plan and training for personnel. Interested vendors should contact Courtney Davis at courtney.davis@ihs.gov or 629-248-4259, with quotes due by 11:00 am Central Time on June 20, 2025.
    Sources Sought: Firm Fixed-Price, Commercial Item, Brand Name Only Purchase to provide two (2) Horus HD Digital Scope System – Series 3 for the Fort Thompson Service Unit (FTSU), Fort Thompson IHS Health Center, Fort Thompson, SD. POP: 180 Days from Award.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide two Horus HD Digital Scope Systems – Series 3 for the Fort Thompson Health Center in South Dakota. This procurement is a Firm Fixed-Price order aimed at fulfilling specific medical equipment needs, with a performance period of 180 days from the date of award. The equipment is critical for medical operations, and the procurement is limited to a brand name purchase from Colossal Contracting, LLC, due to the unique specifications required for clinical use. Interested parties must submit a capability statement to David Jones at David.Jones@ihs.gov by June 20, 2025, at 12:00 p.m. Central Time, as this notice serves as a market research tool rather than a formal solicitation.