Health Suite Featuring Optometry Plus Office Based Health Caree and Retail
ID: DoDCC-2024-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Offices of OptometristsT (62132)

PSC

MEDICAL- OPHTHALMOLOGY (Q511)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the management of a health suite featuring optometry and office-based healthcare services at The Pentagon. The selected firm will operate in Room 2C113, providing necessary medical equipment and retail products while ensuring compliance with federal regulations and maintaining the facility's aesthetics and cleanliness. This initiative aims to enhance healthcare offerings within the Pentagon without competing directly with existing services, excluding pharmacy operations. Proposals are due by 2:00 PM Eastern on December 9, 2024, with a pre-proposal conference scheduled for October 29, 2024. Interested parties should contact Shelley Driver at shelley.a.driver.naf@mail.mil or call 571-289-9759 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense Concessions Committee (DoDCC) issued Request for Proposals (RFP) #DoDCC-2024-R-0001 for managing a health suite featuring optometry and other office-based healthcare services at The Pentagon. The successful firm will operate in Room 2C113, providing required medical equipment, retail products, and maintaining compliance with design approvals. Proposals are due by December 9, 2024, with a pre-proposal conference on October 29, 2024. Offerors are urged to conduct site visits post-conference and submit inquiries by November 25, 2024. The contract allows a five-year initial performance period, with potential two five-year renewals, contingent on mutual agreement. The Licensee will remit a monthly commission ranging from 9% to 25% of sales instead of rent, with detailed financial proposals expected. The health suite is to complement existing healthcare facilities without direct competition, excluding pharmacy services. The project emphasizes compliance with federal regulations, ADA standards, and requires appropriate qualifications for employees. The DoDCC stipulates operational responsibilities, maintaining facility aesthetics, and stringent cleanliness policies, while both the DoDCC and the awarded contractor share an obligation to ensure satisfactory service delivery within The Pentagon's confines.
    Lifecycle
    Similar Opportunities
    Microtome Units Equipment Maintenance at Naval Medical Center Portsmouth, Portsmouth, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide maintenance services for microtome units at the Naval Medical Center Portsmouth in Virginia. The procurement involves the maintenance and repair of eight microtomes, which are critical for the operational readiness of the histology lab, ensuring compliance with Original Equipment Manufacturer (OEM) standards through preventive and corrective maintenance. The contract will have a base period from February 1, 2025, to January 31, 2026, with the possibility of four optional extensions, and proposals must be submitted in the specified format by the extended deadline. Interested parties should contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further details.
    Women's Health Quality Improvement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Women's Health Quality Improvement support services, specifically aimed at enhancing perinatal care within Medical Treatment Facilities serving TRICARE beneficiaries. The contract, which is a Total Small Business Set-Aside, seeks to evaluate women's health outcomes against established civilian benchmarks, thereby improving service quality and healthcare delivery for women. This initiative is critical for optimizing healthcare services and ensuring compliance with quality assurance standards, with a contract period starting December 3, 2024, and extending through October 2, 2029. Interested small businesses must submit their proposals by October 24, 2024, and can direct inquiries to Crystal Randolph at crystal.d.randolph.civ@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.
    Direct Healthcare Providers-Pain Initiative-Walter Reed National Military Medical Center
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a hybrid Personal and Non-Personal Services contract to support the National Capital Region Pain Initiative at Walter Reed National Military Medical Center in Bethesda, Maryland. The contract requires the provision of various healthcare professionals, including a Clinical Pharmacist, Medical Clerk, Integrated Medicine Physician, Pain Nurses, Pain Physician, Sr. Program Manager, Integrative Medicine Nurse, Tele-Pain Nurse, and Licensed Clinical Social Worker, totaling eight full-time equivalents (FTEs). This initiative is crucial for enhancing pain management services for military personnel and their families. Interested parties, particularly those eligible under the 8(a) program, should acknowledge the amendment to the solicitation by the specified deadline to ensure their offers are considered; for further inquiries, they may contact James Illes at james.l.illes.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
    Laundry and Linen Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Laundry and Linen Services to support the Dwight D. Eisenhower Army Medical Center and Moncrief Army Health Clinic. The contract requires the contractor to provide comprehensive healthcare linen and laundry services, including all necessary personnel, equipment, transportation, and supplies, while adhering to specific operational guidelines and performance work statements. This service is crucial for maintaining hygiene and operational efficiency within military healthcare facilities, ensuring that clean linens are consistently available for patient care. Proposals must be submitted electronically by October 14, 2024, with the contract period running from November 1, 2024, through October 31, 2029. Interested vendors can contact Sherina Ross at sherina.l.ross.civ@health.mil or Sebrena L. Hackleylane at sebrena.l.hackleylane.civ@health.mil for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is seeking quotations for pharmaceutical agents as part of the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) to support the Military Health System (MHS). This procurement is mandated by law to establish an effective pharmacy benefits program, which includes evaluating the clinical and cost-effectiveness of various pharmaceutical agents for inclusion in the DoD Uniform Formulary. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting is scheduled for November 6-7, 2024, where newly approved drugs will be reviewed, and quotes are due by October 16, 2024. Interested parties should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julia Trang at julia.n.trang.civ@health.mil for further details.
    Patient Safety Specialist services at Medical Treatment Facilities throughout the U.S.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking potential sources to provide non-personal Patient Safety Specialist services at Medical Treatment Facilities across the United States. The requirement includes filling 15 full-time positions, with a performance period from November 1, 2024, to February 28, 2025, following the current contract held by Synensys, LLC. These services are critical for ensuring patient safety and quality care within military healthcare facilities. Interested parties must submit a capability statement to Justin Robertson at justin.d.robertson12.civ@health.mil by 9:00 AM ET on October 10, 2024, as this notice is not a request for competitive proposals.
    6540--AMENDMENT VISN 8 EYEGLASS REQUIREMENT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the provision of prescription eyeglasses for eligible beneficiaries within the Veterans Integrated Service Network 8 (VISN 8). The procurement aims to secure a reliable supplier for various types of eyeglass lenses and frames, ensuring compliance with quality standards and timely service delivery to veterans across multiple locations in Florida and Puerto Rico. This initiative is crucial for enhancing the accessibility and quality of optical care for veterans, reflecting the VA's commitment to their healthcare needs. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their proposals by October 14, 2024, with vendor questions due by September 19, 2024. For further inquiries, potential bidders can contact Contract Specialist Cynthia Gregg at cynthia.gregg@va.gov or by phone at 813-970-2172.
    Q702--El Paso Health Care Center Design Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking design support services for the El Paso Health Care Center, aimed at ensuring the facility is fully operational prior to the commencement of clinical services expected between late 2028 and mid-2029. The procurement includes project management, interior design, and planning for furniture, fixtures, and equipment (FF&E), with a total award amount cap of $20 million and a contract period from December 1, 2024, to November 30, 2025. This initiative is crucial for enhancing healthcare services for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran enterprises. Interested contractors should contact Michele M Laser at michele.laser@va.gov for further details and to ensure compliance with federal regulations throughout the bidding process.
    ECAT OPTICAL LENSES & ANCILLARY ITEMS
    Active
    Dept Of Defense
    Presolicitation notice: The Department of Defense is seeking to procure optical lenses and ancillary items for use by U.S. soldiers, sailors, airmen, and marines worldwide. The lenses being solicited include single-vision, semi-finished, bi-focal, and ST-28 lenses, while the ancillary items include lens cleaners and cloths. The solicitation is part of a Multiple Award Schedule program and aims to establish long-term contracts for delivery to Department of Defense hospitals, clinics, and other federal customers. The estimated 5-year value of the contracts is $24,420,400.00, with a maximum forecasted value of $48,840,800.00. Proposals can be submitted during the open periods of the solicitation, and the solicitation is expected to be issued around April 19, 2019. All responsible sources may submit a proposal and will be considered by the Agency.
    Y--P125 TEMPORARY MEDICAL FACILITIES AT NAVAL SUPPORT ACTIVITY BETHESDA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to issue a Request for Proposals (RFP) for a Design Bid Build construction, firm fixed-price, contract for the P125 Temporary Medical/Clinical Facilities at Naval Support Activity Bethesda in Bethesda, MD. The project involves constructing approximately 100,000 square feet of temporary modular medical/clinical facilities to supplement vacated space during the demolition of on the Bethesda Campus. The facilities will be constructed in accordance with UFC 4-010-01, Section 1-8.7, Barrier Free Design in accordance with DoD criteria and DEPSECDEF Memorandum "Access for People with Disabilities" dated 31 October 2008, applicable energy conservation legislation, and applicable DoD Strategic Sustainability Performance Plan (SSPP) standards. The Government intends to award one firm fixed-price contract. The estimated construction magnitude of this project is between $25,000,000 and $100,000,000.