Great Plains Area Wide - Optical Fabrication Services - Indian Health Service
ID: IHS1520824Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEGREAT PLAINS AREA INDIAN HEALTH SVCABERDEEN, SD, 57401, USA

NAICS

Ophthalmic Goods Manufacturing (339115)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Great Plains Area Indian Health Service (GPAIHS) seeks a contractor to provide optical fabrication services, including prescription eyeglasses, frames, and lenses, for American Indian/Alaska Native patients across its federal service units. This Blanket Purchase Agreement (BPA) will be a firm fixed unit price contract for 12 months with four option years. The contractor will operate off-site, delivering products and conducting visits at GPAIHS facilities across South Dakota, North Dakota, and Nebraska. Key requirements include providing a diverse selection of frames and lenses, processing orders within 7-10 days, accepting various payment methods, and adhering to strict quality and safety standards. All services must be supervised by an ABO-certified optician with at least three years of experience. The contract emphasizes compliance with federal regulations, prompt delivery, and high-quality products, with performance monitored through specific objectives and reporting requirements.
    The Indian Health Service (IHS) requires potential contractors to complete a "Buy Indian Act Indian Economic Enterprise Representation Form." This form serves as a self-certification that the offeror meets the definition of an "Indian Economic Enterprise" (IEE) as defined by HHSAR 326.601, in accordance with 25 U.S.C. 47. Eligibility as an IEE must be maintained throughout the offer, award, and contract performance periods. Contractors are required to immediately notify the Contracting Officer if they no longer meet the eligibility criteria. The form also states that individual Contracting Officers may request documentation of eligibility. Successful offerors must also be registered with the System for Award Management (SAM). The document warns against submitting false or misleading information, citing penalties under 18 U.S.C. 1001 for false information and 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287 for false claims. The representation section requires the offeror to indicate whether or not they meet the IEE definition and provides spaces for the name of the 51% owner, certifying signature, print name, name of Federally Recognized Tribal Entity, business name, and DUNS number.
    Lifecycle
    Similar Opportunities
    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.
    OPTOMETRY EQUIPMENT- CLINTON IHS
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking quotes for the procurement of two new Zeiss Cirrus Model 6000 OCT devices with AngioPlex software, along with annual maintenance agreements, specifically for the Clinton Service Unit in Oklahoma. This procurement aims to replace outdated equipment at the Clinton, El Reno, and Watonga Indian Health Centers, ensuring compliance with federal standards and enhancing ocular imaging and analysis capabilities. The contract includes delivery, installation, comprehensive training, and adherence to stringent security and accessibility requirements, with a performance period from January 1, 2026, to December 31, 2026, and an option for four additional years. Interested vendors must submit their quotes by December 15, 2025, to Ronay Burns at ronay.burns@ihs.gov, and must also self-certify their status as an Indian Economic Enterprise under the Buy Indian Act.
    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: 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.
    BPA for Stainless Steel Surgical Equipment Repairs
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide stainless steel surgical equipment repair services through a Blanket Purchase Agreement (BPA) for the Oklahoma City Area Indian Health Service. The procurement aims to ensure the timely repair and maintenance of surgical instruments used at the Pawnee, Lawton, and Clinton Indian Health Centers, with services including sharpening, refurbishing, and onsite repairs. This opportunity is particularly significant as it supports the healthcare needs of Native American communities, emphasizing compliance with the Buy Indian Act. Interested vendors must submit their quotes by December 18, 2025, at 10:00 AM CST, to Misti Bussell via email at misti.bussell@ihs.gov, with the contract period running from March 1, 2026, to February 28, 2031, and a maximum funding limit of $1,250,000.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item to provide Licensing, Maintenance, and Support for IHS Great Plains Areawide Laboratory Information Systems. Period of Performance: 01/01/2025 - 12/31/2025.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified firms to provide licensing, maintenance, and support for the Great Plains Areawide Laboratory Information Systems, with a contract period from January 1, 2025, to December 31, 2025. The procurement aims to establish a comprehensive solution that includes middleware support, compatibility with existing HL7 interfaces, and ongoing training and maintenance services to enhance clinical operations across IHS service units. This initiative is crucial for ensuring effective data exchange and standardization in healthcare technology within the Great Plains Area. Interested parties should respond to the Sources Sought notice by submitting their company information to David Jones at david.jones@ihs.gov, and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Blanket Purchase Agreement (BPA) - Miscellaneous D-dimer test kits
    Buyer not available
    The Indian Health Service (IHS) is seeking sources for a Blanket Purchase Agreement (BPA) for miscellaneous D-dimer test kits, aimed at fulfilling a government requirement within the Navajo Area Indian Health Service. This procurement is part of a market research initiative to identify potential suppliers capable of providing these in-vitro diagnostic substances, which are crucial for medical testing and patient care. Interested vendors must submit their qualifications, including company profiles and capability statements, by December 8, 2025, to William Lee at William.Lee@ihs.gov, with the subject line “SS-SRSU-26-0005.” Participation in this sources sought notice is voluntary, and the government will not assume any financial responsibility for costs incurred in response to this request.
    Hearing Aid Manufacturer
    Buyer not available
    The Indian Health Service (IHS) is seeking Indian Small Business Economic Enterprises (ISBEEs) capable of manufacturing programmable hearing aids and related accessories, including wireless systems and chargers. The procurement emphasizes the need for manufacturers, not resellers, and specifies that the hearing aids must include features such as 16 or more channels, adaptive directional microphones, noise reduction capabilities, and wireless programmability, among other technical performance standards. This initiative is part of the Buy Indian Act, aiming to support Indian Economic Enterprises in providing essential medical devices for individuals with varying degrees of hearing loss. Interested parties must submit a capability statement, the Buy Indian Act Indian Economic Enterprise Representation Form, and company information by January 5, 2023, at 2:00 PM PST, with submissions limited to five pages and directed to the specified Contract Specialist, Edson Yellowfish, at Edson.Yellowfish@ihs.gov.