BUY INDIAN SET-ASIDE - EYEGLASS PROGRAM FOR THE CLINTON INDIAN HEALTH CENTER, CLINTON OK
ID: 246-25-Q-0030Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEOK CITY AREA INDIAN HEALTH SVCOKLAHOMA CITY, OK, 73114, USA

NAICS

Ophthalmic Goods Manufacturing (339115)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the Buy Indian Set-Aside Eyeglass Program at the Clinton Indian Health Center in Clinton, Oklahoma. The program aims to enhance access to vision care by providing approximately 5,000 pairs of eyeglasses annually, including various lens and frame options, with a contract duration of 12 months and four potential option years starting August 1, 2025. This initiative is crucial for improving healthcare delivery to underserved populations while ensuring compliance with regulatory standards and quality service. Interested vendors must submit their quotes by March 17, 2025, and can contact Edson Yellowfish at Edson.Yellowfish@ihs.gov or 405-951-3888 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Clinton Indian Health Service's Statement of Work outlines a proposal for the CSU Eyeglass Program, aimed at enhancing access to vision care through the provision of eyeglasses and accessories for patients. The contractor will be responsible for verifying project requirements, manufacturing eyeglasses off-site, and ensuring all products conform to relevant laws. The program anticipates an annual distribution of around 5,000 pairs of eyeglasses, including options for various types of lenses and frames. Services include offering a variety of frame styles, a 1-year warranty, and no charge for certain prescription changes. The contract spans 12 months with four possible option years, commencing on August 1, 2025. Key requirements involve a certified laboratory capable of managing production and delivery within specified timelines, with clear communication and account management expected. Additionally, the contractor must ensure compliance with tobacco-free policies and maintain confidentiality regarding operations. Accurate delivery protocols, a point of contact for coordination, and regular quality assessments will be critical for the program's success. This initiative represents a strategic partnership to enhance healthcare delivery in the region, particularly for underserved populations, while ensuring regulatory adherence and quality service.
    The Indian Health Service, under the Department of Health and Human Services, has issued a solicitation form related to the Buy Indian Act, which promotes the use of Indian Economic Enterprises (IEEs) for federal contracts. The document establishes the self-certification process for offerors as IEEs, requiring that they must comply with defined ownership criteria at various stages: when submitting proposals, at the contract award, and throughout the contract duration. Offerors must notify the Contracting Officer if eligibility changes during the contract period. Documentation of eligibility may be requested from the contracting officers to ensure compliance with the Buy Indian Act, and any false claims can lead to legal consequences under U.S. law. The form also requires basic information about the business and its ownership, emphasizing the importance of accurate representation. This document serves to facilitate the procurement process while ensuring legal adherence and support for Indian-owned businesses within federal contracting opportunities.
    The RFQ # 246-25-Q-0030 is a combined synopsis and solicitation for commercial eyeglass frames, specifically set aside for Buy Indian. The solicitation requires quotes for various types of frames over a performance period from August 1, 2025, to July 31, 2030, including a base year and four option years. Interested vendors must submit written quotes by March 17, 2025, to the specified contact. Evaluation criteria emphasize pricing (50%), qualifications (25%), and past performance (25%), with non-price factors considered equally important. Offerors must provide thorough documentation, including qualifications of key personnel and references from prior similar contracts, detailing service delivery and problems encountered. Clauses from FAR and HHSAR relevant to the procurement process are included, emphasizing compliance, equal opportunity, and contracting requirements. Prospective bidders are required to submit detailed technical documentation alongside their quotes to ensure technical acceptability. Additionally, prior registration in the System for Award Management is mandated for any contract award. This solicitation underscores commitment to fostering economic opportunities for Indian small businesses while ensuring the Government’s need for cost-effective, quality eyewear solutions.
    The document outlines an estimate for the provision of eyeglass frames across several option years, detailing specific quantities and types. The total estimated number of frames is approximately 5,500, broken down into various categories: Progressive (969), Flat Top BF (151), Flat Top TF (23), Single Vision (1,634), Plastic (380), Polycarbonate (1,947), and Hi-Index (446). This estimate is subject to adjustments each year, reflecting the variability in demand or other factors influencing procurement. The focus on different frame types suggests a consideration for diverse consumer needs, likely tied to a government project or contract aimed at providing vision care services. The structure of the document is straightforward, presenting a summary of quantities without additional contextual information or justification. Overall, this estimation serves as a crucial component of an RFP or grant application aimed at facilitating access to eyewear for eligible populations.
    Similar Opportunities
    Contact Lenses Supplies, IHS, Phoenix Indian Medical Center, 5-Year BPA
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Blanket Purchase Agreement (BPA) for Contact Lens Supplies to be provided to the Phoenix Indian Medical Center over a five-year term from April 27, 2025, to April 26, 2030. The contractor must have a minimum of ten years of relevant experience and will supply medically necessary contact lenses for Native American and Alaskan Native patients, addressing conditions such as keratoconus and severe refractive errors. This procurement is crucial for ensuring a consistent supply of specialized lenses, which are essential for patient care, while adhering to federal regulations and oversight. Interested bidders must submit their proposals electronically by March 21, 2025, and can contact Donovan Conley at Donovan.Conley@ihs.gov or 602-364-5174 for further information.
    Firm Fixed-Price Non-Personal Service Purchase Order to provide Optometrist Services for the Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a firm fixed-price non-personal service purchase order to provide optometrist services for the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The contract aims to source qualified optometrists to serve approximately 7,000 tribal members, ensuring they meet specific credentialing requirements and adhere to IHS standards while delivering comprehensive patient care. This initiative is crucial for enhancing healthcare access in a rural area where patients often travel significant distances for services. Interested parties can contact Andrea Whipple at andrea.whipple@ihs.gov or call 605-268-2022 for further details regarding the procurement process.
    Optometry Equipment for the Wagner IHS, Wagner, SD.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide optometry equipment, specifically the Carl Zeiss Meditec USA, Inc. HFA3 Model 860 Visual Field Analyzer, for the Wagner Indian Health Service in South Dakota. This procurement aims to enhance eye care services by acquiring advanced visual field testing technology, which is crucial for ophthalmologists and optometrists in diagnosing and monitoring eye health. Interested Indian Economic Enterprises (IEE) are invited to submit their qualifications by March 17, 2025, with the anticipated contract performance period running from April 1, 2025, to October 31, 2025. For further inquiries, potential respondents can contact William Kohl at william.kohl@ihs.gov or by phone at 605-268-3136.
    BUY INDIAN SET ASIDE - OCAO Scanning and Shredding
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide scanning and shredding services under a 100% Buy Indian Set Aside program. The procurement includes the scanning of banker boxes and shredding services based on weight, with a contract period estimated from April 1, 2025, to September 30, 2025. This initiative aims to support Indian-owned businesses while ensuring compliance with rigorous standards for handling sensitive information. Interested vendors must submit quotes by March 10, 2025, and can contact Mary Ann Yocham at MaryAnn.Yocham@ihs.gov or by phone at 405-951-6043 for further details.
    6540--VISN 1 Optical IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide prescription eyeglasses and optician services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, titled "6540--VISN 1 Optical IDIQ." The contract aims to ensure the timely production and delivery of high-quality eyewear for veterans, with a total estimated value of $48 million over a five-year period, requiring adherence to strict quality assurances and timely delivery within five business days. This procurement is crucial for maintaining the health and well-being of veterans by providing essential optical services, reflecting the government's commitment to high-quality care. Interested parties must submit their offers by the extended deadline of March 18, 2025, at 10 AM EDT, and can contact Contract Specialist Divianna N Mathurin at Divianna.Mathurin@va.gov for further information.
    Acoma Canoncito Laguna Service Unit Electronic Drug Database
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of an electronic drug database for the Acoma-Canoncito-Laguna Indian Health Center in New Mexico. The contract, which spans five years starting April 1, 2025, includes a 12-month base period with options for four one-year renewals, and requires the contractor to deliver comprehensive drug-related information to support clinical staff's educational and treatment needs. This initiative underscores the government's commitment to enhancing healthcare resources within Indian Health Services, ensuring that clinical personnel have access to vital drug information and safety resources. Interested parties can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752, with a fixed annual contract price of $7,000 and adherence to federal and tribal regulations required.
    Printer Copier Lease Services for White Earth Health Clinic
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Printer Copier Lease Services for the White Earth Health Clinic located in Ogema, Minnesota. The procurement involves a firm-fixed price contract for leasing and maintaining various copier models, including Canon and HP, over a five-year period starting May 1, 2025, with four optional renewal years. This initiative aims to enhance operational efficiency and service delivery in healthcare settings, ensuring compliance with accessibility standards and providing reliable equipment support. Proposals are due by March 24, 2025, at 2:00 PM CST, and interested contractors must submit their proposals electronically to Jennifer Richardson or Mary Simon, ensuring they are registered in the System for Award Management (SAM).
    Solicitation_75H70725Q00052-Dental Laboratory Service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services under Solicitation No. 75H70725Q00052, specifically targeting the Zuni Comprehensive Community Health Center in New Mexico. The contract, which is set aside for small businesses under the SBA guidelines, requires vendors to provide a range of dental prostheses with a two-week turnaround, ensuring compliance with health regulations and effective communication with dental staff. This opportunity is crucial for enhancing dental care services for Indigenous communities, with a firm fixed price contract structure that includes a base period and four optional renewal periods. Interested contractors must submit their technical proposals, past performance information, price proposals, and Indian Economic Enterprise representations by the specified deadlines, and can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or 505-256-6768 for further details.
    Pharmacist Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide pharmacist services at the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota. The primary objective is to ensure continuous pharmaceutical care for approximately 7,000 tribal members, requiring the provision of up to two pharmacists to cover staffing absences and maintain compliance with IHS guidelines. This opportunity is critical for enhancing healthcare delivery within the community, emphasizing the need for culturally sensitive interactions and adherence to federal regulations. Interested parties must submit their capabilities by March 17, 2025, and can contact William Kohl at william.kohl@ihs.gov or 605-268-3136 for further information.
    Brand Name/Equal to: Two (2) Endodontic Equipment & Supplies, SFIHC
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the procurement of two Endodontic equipment units and related supplies for the Santa Fe Indian Health Center's Dental Clinic in New Mexico. This solicitation is governed by the Buy Indian Act, prioritizing offers from Indian Small Business Economic Enterprises, although other small businesses may also be considered. The equipment and supplies are crucial for providing dental care services, ensuring quality treatment for the local community. Interested vendors must comply with the outlined requirements, including self-certification as an Indian Economic Enterprise, and are encouraged to contact Patricia P. Trujillo at patricia.trujillo@ihs.gov or 505-256-6754 for further details. The contract will be a Firm-Fixed-Price Purchase Order, with potential extensions from 2025 to 2030.