Vision Care Coordination
ID: HT001125R0036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Offices of All Other Miscellaneous Health Practitioners (621399)

PSC

SPECIALIZED MEDICAL SUPPORT (Q701)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Vision Care Coordination contract, aimed at establishing a nationwide network for coordinating vision health care services within the Military Health System. The contractor will manage a system that includes regional coordinators at Ocular Trauma Centers and a national coordinator at the Vision Center of Excellence, focusing on improving patient transitions between Military Treatment Facilities and the Veterans Affairs system, enhancing data collection, and ensuring timely treatment coordination. This initiative is critical for optimizing vision care services for Department of Defense beneficiaries, with a contract period starting September 24, 2025, and running through September 23, 2030, including a base year and four optional extensions. Interested parties should submit their proposals by May 15, 2025, and can contact Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further information.

Files
Title
Posted
Apr 3, 2025, 2:05 PM UTC
The Department of Defense's Defense Health Agency (DHA) has released a Performance Work Statement (PWS) for Vision Care Coordination to provide non-personal services aimed at improving vision health care access for Department of Defense beneficiaries. The contractor will manage a nationwide vision care coordination network, involving four regional coordinators positioned at Ocular Trauma Centers (OTC) and a national coordinator at the Vision Center of Excellence (VCE). Key objectives include facilitating patient transitions between Military Treatment Facilities (MTFs) and the Veterans Affairs system, enhancing data collection related to vision care, and ensuring timely coordination of treatment. The contract covers a base year (2025-2026) with four optional renewal periods. The selected contractor will be responsible for quality control, staff training, and compliance with security procedures. Additionally, the contract complements an emphasis on effective patient management, requiring coordination of care, appointment scheduling, and tracking of patient outcomes across regional networks. Deliverables and performance metrics are detailed, including expectations for regular reporting and collaboration during monthly coordination meetings. This effort reflects DHA's commitment to optimizing vision care services within the Military Health System while adhering to federal guidelines and standards.
Apr 3, 2025, 2:05 PM UTC
The document outlines the requirements for contractors regarding the management and protection of Personally Identifiable Information (PII), Protected Health Information (PHI), and compliance with federal laws such as the Privacy Act, FOIA, and HIPAA. It emphasizes the contractor's obligation to adhere to specific Department of Defense (DoD) issuances and federal regulations, particularly concerning records management, FOIA requests, systems of records, and privacy training. Contractors must also submit Privacy Impact Assessments and engage in Data Sharing Agreements when accessing DHA data. The document establishes protocols for breach responses, detailing steps for identifying, reporting, and mitigating potential breaches or cybersecurity incidents involving PII/PHI. Individual notification requirements are provided, ensuring affected beneficiaries are informed promptly if their information is compromised. The contractor is responsible for all costs associated with any breach caused by their actions. This document serves as a guideline for contractors working with DHA, ensuring adherence to laws protecting personal and health information within government contracts.
Apr 3, 2025, 2:05 PM UTC
The document outlines the Business Associate Agreement (BAA) between a Department of Defense (DoD) Component and a non-federal Business Associate regarding the management of Protected Health Information (PHI) in compliance with HIPAA regulations. It details the obligations of the Business Associate, including safeguarding PHI, reporting breaches, and ensuring compliance with relevant DoD HIPAA issuances. Key provisions include the Business Associate’s responsibility to limit PHI disclosure, implement necessary safeguards, and provide timely breach notifications to the Covered Entity and affected individuals. The document establishes protocols for breach response, individual notifications, and management of PHI upon termination of the agreement. Furthermore, it emphasizes that the Business Associate must return or destroy all PHI upon contract termination. This agreement is crucial in maintaining the privacy and accountability of health information within DoD health care programs, aligning with federal regulations and facilitating compliance in federal grants and procurement contexts.
Apr 3, 2025, 2:05 PM UTC
The document pertains to a Request for Proposal (RFP) for the VCE Vision Care Coordination contract, identified by solicitation number HT001125R0036. It outlines the pricing structure for labor categories, travel, and overall contract totals. The contract encompasses a base period of 12 months, with four optional extensions, each lasting 12 months, and an additional six-month extension. The Offeror is responsible for ensuring accurate formula calculations in their proposal and must indicate whether subcontractors are utilized. Additionally, the document emphasizes that all pricing lines are currently left blank, requiring the Offeror to fill in total hours and rates, ultimately leading to various subtotals and the overall contract cost. The focus of this solicitation is to secure coordination services specifically related to vision care, demonstrating the government's initiative to enhance health services. This RFP structure reflects standard practices in federal solicitations, including detailed cost calculations and contract duration specifications.
Apr 3, 2025, 2:05 PM UTC
The document outlines the specifications for government-furnished property related to a custodial procurement contract, specifically focused on the acquisition of HP Elitebook G8 laptops. It is issued by the Department of Defense and includes essential information such as the contracting officer's details, contract type, and item descriptions. The central part of the document consists of item records that stipulate the quantity, acquisition cost, unit of measure, and requisition management details for each listed item. Important instructions regarding the requirements for item record submissions, such as mandatory fields and conditions for serially managed versus non-serially managed items, are also included. The document serves a vital function in standardizing equipment procurement processes within federal contracts and ensuring compliance with acquisition guidelines, thereby facilitating efficient resource management in government operations.
Apr 3, 2025, 2:05 PM UTC
The document outlines a Request for Proposal (RFP) for Vision Care Coordination Support, referenced as HT001125R0036. It is a combined solicitation aimed at engaging certified 8(a) small businesses for a period of performance starting September 24, 2025, up to September 23, 2030, supporting the Department of Defense's Health Affairs Mission. The RFP highlights the need for proposals focusing on vision care coordination, including patient outreach and data collection. Key deliverables include a Quality Control Plan and a Staffing Plan, emphasizing the requirement for qualified personnel with relevant healthcare experience. Proposals will be evaluated based on technical capability—specifically the technical approach and staffing strategy—and price, with a preference for submissions demonstrating superior understanding of the project requirements. A firm-fixed-price contract will be awarded by May 15, 2025, with proposals due by the same date. The document ensures proposals adhere to federal guidelines and outlines evaluation criteria, submission guidelines, and communication instructions, highlighting the importance of compliance to facilitate contract award and performance integrity.
Lifecycle
Title
Type
Vision Care Coordination
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including both active and reserve components enrolled in TRICARE Prime Remote. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, emphasizing the importance of maintaining a medically ready force. Key services required under this contract include health assessments, treatment modalities, and logistical support for scheduling and implementing services, ensuring compliance with military health standards. Interested contractors should direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil, with proposals due by April 26, 2025.
Alcon Constellation LXT Service Agreement
Buyer not available
The Department of Veterans Affairs, Network Contracting Office 16, intends to issue a sole-source contract to Alcon Vision, LLC for the maintenance of Alcon Constellation LXT Vision System equipment. The contract will cover one base year plus four option years, running from April 18, 2025, to April 17, 2030, and will require the contractor to provide all necessary parts, maintenance kits, and services in accordance with original equipment manufacturer (OEM) specifications. This procurement is critical for ensuring the operational efficiency of essential healthcare equipment, and interested parties may submit a capabilities statement by April 14, 2025, to marcus.sidney@va.gov. The anticipated contract will be a firm-fixed-price type, and the government reserves the right to negotiate solely with Alcon Vision, LLC if no viable competing responses are received.
RFI - DRAFT VA Prescription Eyeglass Manufacturing & Optician Services PWS
Buyer not available
The Department of Veterans Affairs is seeking feedback on a draft Performance Work Statement (PWS) for the provision of prescription eyeglass manufacturing and licensed optician services for eligible veterans within the VISN X Health Care Network. The contract, which spans five years, requires contractors to provide all-inclusive pricing for eyeglass pairs while adhering to stringent quality, safety, and delivery standards, including the prompt shipment of eyeglasses within seven business days. This initiative aims to enhance optical services for veterans, ensuring high standards of quality and efficiency in service delivery. Interested parties are encouraged to provide comments and concerns regarding the draft PWS to Daniel Morphew at daniel.morphew@va.gov by the specified deadline.
6540--Prescription Eyeglasses RFI - VA-Wide
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Request for Information (RFI) to gather insights on the manufacturing of prescription eyeglasses for eligible veterans across its nationwide healthcare facilities. The objective is to assess market capabilities for providing both dress and safety eyeglasses, ensuring compliance with established standards for ophthalmic goods. This initiative is crucial for enhancing the quality of optical services provided to veterans, reflecting the VA's commitment to meeting their unique needs. Interested vendors must submit their capabilities statements by April 18, 2025, and can direct inquiries to Contract Specialist Jeremy Boston at Jeremy.Boston@va.gov or by phone at 734-925-7828.
EVO Implantable Collamer Lens Supply Purchase for Naval Hospital Camp Pendleton
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source Blanket Purchase Agreement (BPA) for the supply of EVO Implantable Collamer Lens (ICL) products to Staar Surgical Co for use in refractive surgery at Naval Hospital Camp Pendleton. This procurement is essential for the Ophthalmology Department at the hospital, as Staar Surgical Co is the only manufacturer and distributor of ICLs that meets the Government's specific requirements. The BPA will cover the ordering period from May 1, 2025, to May 30, 2028, and interested vendors must submit capability statements by April 8, 2025, to Kennette Esguerra at kennette.m.esguerra.civ@health.mil for consideration. No competitive proposals will be accepted, and inquiries should be directed to the provided contact information.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense (DoD) is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) related to pharmaceutical agents under the Uniform Formulary (UF) for the Military Health System (MHS). This procurement aims to establish an effective pharmacy benefits program, ensuring the selection of clinically and cost-effective pharmaceutical agents as mandated by law (10 U.S.C. § 1074g). The upcoming Pharmacy and Therapeutics (P&T) Committee meeting, scheduled for May 7-8, 2025, will review newly approved drugs, with quotes due by April 17, 2025. Interested manufacturers should submit their proposals, including a signed quote and National Drug Code (NDC) price list, to the primary contact, Keith Marasigan, at keith.b.marasigan2.ctr@health.mil, or the secondary contact, Stephanie Erpelding, at stephanie.j.erpelding.civ@health.mil.
Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will encompass a range of services including preventive maintenance, inspection, and repair of various systems within healthcare facilities, such as HVAC, plumbing, and electrical systems, ensuring compliance with applicable codes and standards. This procurement is critical for maintaining operational readiness and safety in healthcare environments, with an estimated contract capacity of $480 million over five years, and individual task orders ranging from $5,000 to $60 million. Interested firms must respond to the Sources Sought announcement by April 13, 2025, and can direct inquiries to Sharon Kindall or Marcus Mitchell via email.
Long Range Acquisition Forecast FY25.
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is issuing a Special Notice regarding the Long Range Acquisition Forecast for Fiscal Year 2025. This forecast aims to inform the business community about upcoming procurement plans, including various contracting opportunities that will be periodically updated as priorities evolve. The DHA is focused on enhancing healthcare delivery and operational readiness for military personnel, with significant initiatives such as the Remote Health Readiness Program and Enterprise Medical Coding services, which are projected to have substantial contract values over the coming years. Interested vendors can access detailed information and subscribe to notifications on the sam.gov website, and for further inquiries, they may contact Marco A. Cypert at marco.a.cypert.civ@mail.mil or Kevin Hodge at kevin.d.hodge8.civ@health.mil.
W9127824R0033 ? Phase One ? Perform Design-Build Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract in Support of the Defense Health Agency (DHA), Northern Region
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build construction services in support of the Defense Health Agency (DHA) for the Northern Region. This contract aims to provide a comprehensive range of design-build, repair, and construction services for DHA medical treatment facilities and research laboratories, ensuring timely and cost-effective responses to facility requirements primarily at military installations. The project is categorized as unrestricted and includes a specific emphasis on service-disabled veteran-owned small businesses, with new construction project costs adhering to statutory limits under the U.S. Army's Operation and Maintenance program. Interested parties can reach out to Lanell Roberts at lanell.a.roberts@usace.army.mil or Robert McAllister at ROBERT.S.MCALLISTER@USACE.ARMY.MIL for further details, as the solicitation number has transitioned from W9127824R0033 to W9127825RA007.