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 22, 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 within the Military Health System. The procurement seeks to enhance vision care services by requiring contractors to provide comprehensive program management support, including patient outreach, data collection, and coordination of care between Military Treatment Facilities and the Veterans Affairs system. This initiative is critical for improving the efficiency and effectiveness of vision care services for DoD beneficiaries, with a contract period starting September 24, 2025, and lasting up to five years, including 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 22, 2025, 2:09 PM UTC
The Department of Defense's Defense Health Agency (DHA) is soliciting proposals for a contract to provide non-personal services related to vision care coordination at Military Treatment Facilities (MTFs). The contractor is tasked with program management support for the Vision Center of Excellence (VCE) and will ensure comprehensive vision care for DoD beneficiaries through a nationwide coordination network. This includes the establishment of regional vision care coordinators at four Ocular Trauma Centers and a national coordinator at the VCE. The scope involves arranging eye care referrals, patient transfers, and tracking necessary healthcare authorizations while coordinating with the Veterans Affairs (VA) for seamless care transitions. Key performance requirements include effective coordination of patient care, timely follow-ups, data collection for care quality improvement, and compliance with mandated training. A significant emphasis is on quality control and administrative standards, with deliverables required on a specified schedule. The period of performance is one base year with four optional renewal years, with an explicit transition plan outlined for both the initial phase and upon contract completion. Overall, this initiative aims to enhance the efficiency and effectiveness of vision care services across the DoD healthcare system while ensuring compliance with federal regulations and standards.
Apr 22, 2025, 2:09 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 22, 2025, 2:09 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 22, 2025, 2:09 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 22, 2025, 2:09 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 22, 2025, 2:09 PM UTC
The Defense Health Agency (DHA) Quality Assurance Surveillance Plan (QASP) outlines strategies for assessing the performance of contractors involved in vision care coordination for Department of Defense (DoD) and Veterans Affairs (VA) personnel. The QASP defines the monitoring process, including what will be inspected, how assessments will occur, personnel involved, and documentation methods. It emphasizes the contractor's accountability to meet performance standards while ensuring government evaluations are fair and objective. Authorities for the QASP are derived from federal acquisition regulations. The roles of key personnel, including the Contracting Officer (CO) and the Contracting Officer’s Representative (COR), are specified to oversee contractor performance and maintain communication. Performance evaluation is structured around a Surveillance Matrix with clearly defined performance objectives and standards, ensuring contractors deliver timely and accurate services. Additionally, the document includes methods for reporting discrepancies and complaints. It serves to foster continuous oversight and improvement while recognizing the contractor's central role in quality control, ultimately supporting seamless vision care coordination across military and veteran services.
Apr 22, 2025, 2:09 PM UTC
The document outlines a Request for Proposals (RFP) regarding the National Vision Care Coordinator for the Department of Defense (DoD). It details key personnel requirements, specifically five full-time employees (FTEs) needed for the role, and the importance of their clinical experience. The RFP emphasizes the need for a nationwide network of vision care coordination, distinguishing this contract from the previous one which lacked such an inclusive role. Important questions raised pertain to the definitions and performance metrics for tasks, especially regarding timely care provisions and staffing evaluations. The document also seeks clarification on travel policies, contract transitions, and deliverables linked to various tasks related to patient care coordination and data collection. Government responses confirm key aspects such as the flexibility of the National Vision Care Coordinator’s location, the requirement for clear quality assurance measures, and the collaborative nature of the envisioned coordination program. Tasks define clear benchmarks for performance, the nature of networking between DoD and other health providers, and emphasize data collection for quality improvement. This summary captures the essential elements of the RFP, highlighting its purpose to facilitate improved vision care services within DoD operations through coordinated efforts and defined expectations.
Apr 22, 2025, 2:09 PM UTC
This document is an amendment to a government solicitation (HT001125R0036) that outlines the requirements and procedures for proposals related to Vision Care Coordination services. The amendment includes responses to questions, updates to attached documents, and changes to the solicitation’s Table of Contents. It specifies that the government seeks contractor offers demonstrating technical capability and pricing details, emphasizing the importance of an adequate technical approach over price considerations. Major components include instructions for the submission of offers, requirements for technical and staffing approaches, and documentation for a Business Associate Agreement to comply with HIPAA regulations. Offerors must provide comprehensive details regarding their staffing plans and demonstrate their understanding of key tasks outlined in the Performance Work Statement. The evaluation criteria prioritize technical capability, particularly technical and staffing approaches, which must meet specified quality standards, while pricing is assessed separately for fairness and completeness. The document emphasizes the need for clear documentation, adherence to submission deadlines, and mechanisms for potential discussions surrounding offers. This amendment exemplifies the structured and rigorous processes involved in federal contracts, aiming to ensure compliance and effectiveness in government procurement practices.
Apr 22, 2025, 2:09 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 active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
BPA Master Optical Surgical Instruments
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source Blanket Purchase Agreement to Alcon Vision, LLC for the procurement of Surgical Optical Equipment reagents necessary for the Centurion System at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under FAR 6.302-1, which allows for contracts when there is only one responsible source capable of fulfilling the agency's requirements, as Alcon Vision, LLC is the sole manufacturer of the Optical Centurion System. The reagents are critical for the operation of the Centurion System, ensuring that the medical center has access to essential supplies for surgical procedures. Interested parties capable of providing the requested reagents may submit their capabilities and price lists by 10:00 AM EST on May 2, 2025, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
Q511--VISN 10 IN & MI Optical Dispensing Service
Buyer not available
The Department of Veterans Affairs is seeking contractors to provide Optical Dispensing Services across multiple facilities in Indiana and Michigan under the Veterans Integrated Service Network (VISN) 10. The contractor will be responsible for labor, equipment, and supplies necessary for fitting, ordering, and dispensing eyeglasses, emphasizing non-personal services where the government will not supervise contractor personnel. This procurement aims to enhance optical services for veterans while ensuring compliance with federal standards and maintaining high-quality care. The contract guarantees a minimum of $1,000 in the first fiscal year, with a maximum value of $10 million for Indiana and $6.6 million for Michigan. Interested parties can contact Contract Specialist Kristina L Peart at kristina.peart@va.gov for further information.
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.
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.
GLOBAL NURSE ADVICE LINE RFI/ INDUSTRY DAY
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Global Nurse Advice Line-Next Generation (GNAL-NG), a telehealth service aimed at providing 24/7 access to registered nurses for triage, self-care advice, and care coordination for eligible Military Health System beneficiaries. The contractor will be responsible for delivering high-quality telehealth services, ensuring interoperability with existing military health systems, and achieving specific performance metrics, such as answering calls within 90 seconds and maintaining a low abandonment rate. This initiative is critical for enhancing healthcare delivery within the Military Health System, ultimately improving access to care for service members and their families. Interested parties must submit their proposals in accordance with the specified guidelines by the due date, with the anticipated contract award scheduled for April 2025. For further inquiries, contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or (703) 681-5821.
J065--REQUEST FOR QUOTES PREVENTATIVE MAINTENANCE FOR ENTIRE FLEET OF PHOROPTERS WASHINGTON DC VA MEDICAL CENTER 688-25-2-952-0387
Buyer not available
The Department of Veterans Affairs is soliciting quotes for preventative maintenance services for its fleet of phoropters at the Washington DC VA Medical Center. The contract, valued at approximately $34 million, requires comprehensive maintenance services for 25 phoropters, ensuring compliance with manufacturer guidelines and regulatory standards. This initiative underscores the importance of maintaining high-quality medical equipment to support the healthcare needs of veterans. Interested vendors should submit their quotes by May 2, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at patricia.thai@va.gov.
Q201--VA Community Care Network (CCN) Next Generation Dental
Buyer not available
The Department of Veterans Affairs (VA) is seeking contractors to provide dental network services under the Community Care Network (CCN) Next Generation initiative. The procurement aims to establish and maintain a comprehensive national dental provider network that meets the needs of U.S. Veterans, ensuring compliance with federal regulations and delivering high-quality dental services. This initiative is crucial for enhancing access to dental care and improving health outcomes for Veterans across the nation. Interested vendors must respond to the Sources Sought Notice by May 16, 2025, and can direct inquiries to Contracting Officer Jacqueline Boudreaux at Jacqueline.Boudreaux@va.gov.
Q509--VISN Onsite Primary Care Physician Services
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Proposals (RFP) for onsite Primary Care Physician Services within Veterans Integrated Service Network (VISN) 20. Contractors will be required to provide Board Certified or Board Eligible physicians in Internal Medicine or Family Practice to deliver quality primary care to VA beneficiaries across multiple facilities in the Northwest, including locations in Oregon, Washington, Idaho, and Alaska. This procurement is significant as it aims to enhance healthcare services for veterans, with a focus on meeting the American Board of Internal Medicine Guidelines. The acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with contracts expected to be awarded within 120 days of the proposal deadline, which is anticipated around May 15, 2025. Interested parties can reach out to Scott A. Reed at scott.reed2@va.gov or by phone at 509-321-1909 for further information.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
Buyer not available
The Department of Defense (DoD) is seeking pharmaceutical manufacturers to participate in a Request for Quotation (RFQ) for the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) as part of its integrated pharmacy benefits program for the Military Health System (MHS). The procurement aims to evaluate and select pharmaceutical agents based on their clinical and cost-effectiveness for inclusion in the DoD Uniform Formulary, with specific focus on newly approved drugs in categories such as analgesics, antihemophilic agents, benign prostatic hyperplasia agents, and nephrology agents. Interested vendors must submit their quotes by May 15, 2025, and participate in a pre-quotation teleconference scheduled for May 6, 2025, with further details available in the attached RFQ document. For inquiries, vendors can contact Julia Trang at julia.n.trang.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.