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
    Description

    The Department of Defense, through the Defense Health Agency, 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. This initiative seeks to enhance vision care services for DoD beneficiaries by ensuring effective patient outreach, data collection, and seamless transitions of care, particularly through the establishment of regional coordinators and a national coordinator at the Vision Center of Excellence. The contract will span a base period of 12 months with four optional extensions, and proposals are due by May 15, 2025, with a firm-fixed-price contract expected to be awarded by the same date. Interested parties can reach out to Aileen Floyd at aileen.s.floyd.civ@health.mil or Leslie Nelson at leslie.s.nelson7.civ@health.mil for further inquiries.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    This document serves as an amendment to a solicitation for a federal contract under the project ID HT001125R0036, modifying the proposal due date and details of submission. The amendment outlines essential instructions for offerors regarding the preparation and submission of their proposals, emphasizing compliance with the terms outlined in FAR 52.212-1. Important points include the validity period for offers being 90 days, detailed submission guidelines including the requirement for a cover letter and two volumes addressing technical capability and pricing, as well as specific page limits for certain sections. The technical proposal must outline the offeror's approach to the solicitation's requirements, while the pricing volume should include a comprehensive breakdown of costs. Offerors are instructed to submit their proposals electronically by May 15, 2025, with a caution that late submissions may not be considered. This document’s primary purpose is to ensure clarity and adherence to submission requirements for potential bidders, thus facilitating the procurement process for the government.
    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
    Q201--CCN-Next Gen Medical
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Community Care Network (CCN) Next Generation Medical contract, which aims to establish a comprehensive network of healthcare providers for Veterans. This procurement encompasses a range of healthcare services, including medical, surgical, mental health, and pharmacy services, with a focus on ensuring high-quality care and accessibility for Veterans. The contract will be awarded as a multiyear, multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with proposals due by March 16, 2026, and a pre-proposal conference scheduled for January 22, 2026. Interested parties can contact Contracting Officer Jessica Portillo at jessica.portillo1@va.gov or 540-735-3901 for further information.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.
    Q503--CCN Next Gen - Dental Network
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to establish and manage the Community Care Network (CCN) Next Generation Dental Network, aimed at providing comprehensive dental services to Veterans. The procurement involves a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum value of $30 billion, focusing on the development and maintenance of a national network of community dental providers, including claims processing and administrative services. This initiative is critical for ensuring timely and quality dental care for Veterans, enhancing their overall healthcare experience. Interested parties must submit proposals by March 16, 2026, with inquiries directed to Contracting Officer Jessica Portillo at Jessica.Portillo1@va.gov or by phone at 540-735-3901.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Dept Of Defense
    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.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup vendors, facilitating the delivery of a wide range of commercially available medical supplies to various military and federal healthcare facilities. The program is crucial for ensuring that Medical Treatment Facilities (MTFs) and operational customers have timely access to essential medical products, thereby supporting military readiness and healthcare operations. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Traumatic Brain Injury Center of Excellence Warfighter Brain Health Research and Translation Support Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Traumatic Brain Injury Center of Excellence (TBICoE) Warfighter Brain Health Research and Translation Support Services. The contractor will be responsible for providing personnel, equipment, and expertise to support TBICoE's mission of advancing traumatic brain injury (TBI) research, developing clinical tools, and disseminating findings to enhance warfighter brain health and readiness. This initiative is crucial given the increasing prevalence of TBI among military personnel, particularly due to combat-related injuries, and aims to improve assessment and care for affected service members and veterans. Interested parties should contact John A. Cowgill at john.a.cowgill4.ctr@health.mil or 703-275-6345 for further details, with proposals due by December 30, 2025.