Contact Lenses Supplies, IHS, Phoenix Indian Medical Center, 5-Year BPA
ID: RFQ-25-PHX-018Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ophthalmic Goods Manufacturing (339115)

PSC

OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6540)
Timeline
    Description

    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.

    Point(s) of Contact
    Donovan Conley
    (602) 364-5174
    (602) 364-5030
    Donovan.Conley@ihs.gov
    Jeremy Steel
    (602) 364-5264
    (602) 364-5030
    jeremy.steel@ihs.gov
    Files
    Title
    Posted
    The document outlines an Acquisition Plan and Independent Government Cost Estimate (IGCE) for a procurement involving various types of contact lenses, including RGP lenses, scleral lenses, and soft contact lenses. It includes a detailed price schedule for base and optional years, specifying quantities and unit pricing for a range of products. The product list encompasses specialized items for different eye conditions, such as keratoconus and astigmatism, as well as accessories and solutions related to contact lens fittings. Notable lines include options for custom lenses and a variety of brands like Biofinity and Acuvue. This pricing schedule serves as a framework for potential bidders to understand the scope of the contract and pricing expectations. The document indicates a commitment to supplying quality eye care products to meet specified needs, facilitating the acquisition process for government health services while maintaining transparency and structure in the bidding process.
    The Phoenix Indian Medical Center (PIMC) seeks a contractor to supply medically necessary contact lenses classified as medical prosthetic devices for Native American/Alaskan Native patients. These lenses are required for various conditions including keratoconus, corneal transplants, and severe refractive errors. The contract aims to ensure the availability of these lenses, addressing an increasing demand and fluctuating market prices. Contractors must possess at least 10 years of relevant experience and will provide an “As Needed” supply service, with deliveries expected within seven days of order placement. A dedicated contractor representative will assist PIMC during business hours, and web-based ordering for inventory management is preferred. The contract period spans five years, from April 27, 2025, to April 26, 2030. Overall, the request emphasizes the importance of ensuring adequate support for patients relying on these specialized contact lenses, demonstrating the Indian Health Service's commitment to providing necessary medical supplies to underserved populations.
    The document outlines clauses and contract administration details related to a government contract, incorporating various Federal Acquisition Regulation (FAR) clauses necessary for compliance with statutory and executive mandates, particularly for commercial products and services. Key components include the responsibilities of contractors regarding internal confidentiality agreements, prohibitions on certain products and services, and requirements for subcontractor relationships, including whistleblower protections and equal opportunity standards. It designates Valerie Murphy as the Technical Point of Contact and Donovan Conley as the Contract Administrator, specifying their responsibilities in monitoring contract performance. The contract emphasizes electronic payment processes and compliance with federal regulations, including tax exemptions for the Department of Health and Human Services. This comprehensive framework ensures contractors adhere to legal obligations while enabling efficient contract management and oversight, reflecting the government's commitment to responsible procurement practices in alignment with RFP requirements.
    The Indian Health Service (IHS) is establishing a Blanket Purchase Agreement (BPA) for Contact Lens Supplies to be provided to the Phoenix Indian Medical Center’s Eye Department for a five-year term, from April 27, 2025, to April 26, 2030. The contractor must have at least ten years of relevant experience. Orders will be placed as needed, with a minimum call limit of $100, and all purchases must be from an attached Price Schedule. The BPA does not guarantee funding, obliging the government only for authorized orders issued. Deliveries will occur on weekdays during specified hours, and a designated Technical Point of Contact (TPOC) will oversee contract performance. An annual review will assess the BPA’s value and contractor performance. Invoices are to be submitted electronically, with tax-exempt status confirmed for the contracting entity. The BPA is a means to ensure a consistent supply of contact lenses while maintaining regulatory compliance and oversight throughout its duration.
    The document outlines the delegation of authority for obtaining Contact Lens Supplies under a Blanket Purchase Agreement (BPA) at the Phoenix Area Indian Health Service (IHS). The Contracting Officer designates specific individuals as Ordering Officials, empowering them to procure these supplies. The delegation is effective until modified or canceled and cannot be transferred. Key contacts include Valerie Murphy, the Technical Point of Contact, and other officials such as Anne Schroeder MD, along with Lisa Jodie, Celine Gabai OD, and Kimberly Cunningham OD. Proper notification is required when any official ceases to be an employee of the agency. This document highlights structured procurement processes within government contracts, ensuring accountability and clarity in supply acquisition for health services.
    The Arizona Department of Revenue has issued an exemption letter to the Department of Health & Human Services, specifically for the Phoenix Area Indian Health Service. This exemption enables the organization to be exempt from the Arizona Transaction Privilege Tax and Use Tax starting January 1, 2025, for designated business classifications such as utilities, publication, restaurant operations, and retail. The letter outlines specific statutory references for each exempt classification and includes guidelines for maintaining this exempt status. Furthermore, the exemption applies to transactions at listed locations, detailed in Appendix A of the letter. The organization must comply with the requirements for documenting exemptions, including presenting the exemption letter and a completed Arizona Form 5000HC to vendors. Additionally, the letter warns that the exemption can be rescinded if inaccurate information is provided or if the organization no longer qualifies as an exempt entity under Arizona law. This document signifies an important financial relief for healthcare services provided to Indian communities in Arizona, positioning them to operate more effectively within the tax framework established by state legislation.
    The Indian Health Service (IHS) is seeking proposals for a Five-Year Blanket Purchase Agreement (BPA) for Contact Lenses Supplies, specifically at the Phoenix Indian Medical Center. This combined synopsis/solicitation outlines the government’s intent to award a single Firm-Fixed Price BPA to the responsible bidder offering the lowest price that meets the solicitation requirements. The solicitation, numbered RFQ-25-PHX-018, is unrestricted and follows standard federal acquisition practices, including adherence to specific Technical, Past Performance, and Price factors for evaluation. Bidders must provide complete pricing on specified Contract Line Items and adhere to delivery terms. Offers are due electronically by March 21, 2025, and must comply with SAM registration and invoice submission protocols via the Treasury's Invoice Processing Platform. Notable evaluation procedures include an assessment of technical acceptability with a basis on the lowest priced proposal meeting the requirements. The BPA process emphasizes the importance of thorough documentation and established past performance in similar government contracts. The announcement stresses compliance with applicable statutes, electronic invoicing requirements, and guidelines for communication during the solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BUY INDIAN SET-ASIDE - EYEGLASS PROGRAM FOR THE CLINTON INDIAN HEALTH CENTER, CLINTON OK
    Buyer not available
    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.
    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.
    Notice of Intent - NNMC BPAs for Multiple Awards of Medical and Surgical Supplies for OR Dept.
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is issuing a Notice of Intent for Blanket Purchase Agreements (BPAs) to procure medical and surgical supplies for the Operating Room Department at the Northern Navajo Medical Center (NNMC) in Shiprock, New Mexico. This procurement aims to secure a comprehensive range of essential supplies, including surgical gloves, anesthesia items, and sterilization materials, to support various surgical specialties at the medical center. The BPA will span five years, consisting of one base year and four optional years, allowing for efficient and responsive supply chain management to meet healthcare operational needs. Interested vendors can contact Beverly Begay at beverly.begay@ihs.gov or by phone at 505-368-6292 for further details regarding this opportunity.
    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.
    Solicitation 75H70725Q00051-Dental Supplies for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental supplies for the Zuni Comprehensive Community Health Center in New Mexico under Solicitation No. 75H70725Q00051. The procurement aims to secure a range of dental products, including instruments and materials, with a focus on ensuring timely delivery and compliance with health regulations. This initiative is crucial for maintaining effective healthcare delivery in the community, emphasizing the importance of reliable medical supply chains. Interested contractors must submit their proposals, including documentation of past performance and technical acceptability, by March 13, 2025. For further inquiries, contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    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.
    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.
    Respiratory Equipment and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking Indian Economic Enterprises (IEE) to supply respiratory equipment and supplies for the Rosebud Comprehensive Health Care Facility in South Dakota. The contract aims to provide essential respiratory care items, such as oxygen concentrators and CPAP machines, for patients without alternative healthcare coverage, thereby enhancing health outcomes for Native Americans. This procurement is crucial for improving the quality of life for the Rosebud Sioux tribal members and will operate under a Firm-Fixed Price Purchase Order for a base year with four potential option years, starting from May 1, 2025, to April 30, 2026. Interested vendors should submit their responses via email to the designated Contract Specialist by March 17, 2025, and are encouraged to register with the electronic Invoice Processing Platform (IPP) for payment processing. For further inquiries, contact William Kohl at william.kohl@ihs.gov or call 605-268-3136.
    Notice to Intent to Award - BPA Hardware Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, has issued a Special Notice regarding its intent to award a Blanket Purchase Agreement (BPA) for hardware supplies. This procurement aims to secure essential hardware supplies necessary for the effective operation and maintenance of health services in the Pinon area of Arizona. The goods procured will play a crucial role in supporting the infrastructure and operational needs of health facilities serving the local community. Interested vendors can reach out to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806 for further details regarding this opportunity.
    THC – Medical Office - Three (3) Family Nurse Practitioner
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide non-personal services involving three Family Nurse Practitioners (FNPs) for the Tsaile Health Center in Arizona. The contract, part of the Indian Small Business Economic Enterprise (ISBEE) initiative, will span from April 1, 2025, to December 31, 2027, and includes a base period and two option periods. This procurement aims to enhance healthcare services within Native communities, emphasizing compliance with federal regulations and the importance of quality service delivery. Interested parties must submit their proposals by March 17, 2025, and can contact Earl Morris Jr. at earl.morris@ihs.gov or 928-724-3735 for further information.