6540--National Prescription Eyeglasses Manufacturing

SOL #: 36C24126R0001Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

Place of performance not available

NAICS

Ophthalmic Goods Manufacturing (339115)

PSC

Ophthalmic Instruments, Equipment, And Supplies (6540)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Oct 30, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 5, 2026, 9:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is soliciting proposals for National Prescription Eyeglasses Manufacturing Services. This opportunity aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts to provide prescription eyeglasses for eligible Veterans nationwide, covering both CONUS and OCONUS locations. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 5, 2026, at 4:30 PM EST.

Scope of Work & Key Requirements

Contractors will be responsible for the fabrication of new prescription eyeglasses, including frames and lenses, in strict conformance with VA-provided prescriptions and meeting specific ANSI and FDA standards. Key deliverables include:

  • Provision of a wide range of lens types (e.g., single vision, bifocal, progressive, photochromatic) with various material and coating options.
  • Submission of an 85-frame kit for evaluation.
  • Provision of repair kits and display racks/trays at no cost to the government.
  • Adherence to strict quality control, inspection, and shipping timelines.
  • Demonstrated minimum daily manufacturing capabilities: 4,350 eyeglasses for EG Region East, 2,550 for EG Region West, and 600 for EG Region OFL. Offerors not meeting regional capabilities may still be considered for a national award but only for regions where they meet the requirements.
  • The Statement of Work (SOW) Section 5.1 (Patient Satisfaction) has been removed, and Section 5.2 (Billing Accuracy) has been updated.

Contract Details

  • Contract Type: Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) with economic price adjustment.
  • Period of Performance: A ten-year contract, consisting of a five-year base period and one five-year option period. Individual Delivery Orders will have a five-year period of performance.
  • Estimated Maximum Value: $2,000,000,000 ($2 billion).
  • Guaranteed Minimum: $10,000 for the initial fiscal year.
  • Awards: Multiple IDIQ contracts are anticipated, with at least two national and two separate regional awards. Individual Delivery Orders will be single-award.

Submission & Evaluation

  • Proposal Due Date: February 5, 2026, 4:30 PM EST.
  • Sample Frame Kit & Eyeglasses Samples Due: January 5 - January 13, 2026.
  • Submission Method: Email to the Contract Specialist (Jeremy.Boston@va.gov) and Contracting Officer (Jeremy.Parker2@va.gov).
  • Evaluation Factors: Proposals will be evaluated based on Technical Acceptability Standards (pass/fail for Sample Frame Kit, Equipment, Contingency Plans, Complete Submission), Factor 1 (Experience), Factor 2 (Capabilities), and Factor 3 (Price). Factors 1 and 2 are of equal importance and more important than price. Award will be made on a best value basis.
  • Eligibility: Offerors must be registered in SAM and verified as an SDVOSB.
  • Proposal Page Limit: Not to exceed 25 pages, excluding specific sections.

Important Notes

This solicitation has undergone several amendments. The latest amendment (0009) updated the price schedule (Rev 1.4), revised SOW sections, clarified "Other than Certified Pricing Data," and extended the proposal due date. No further questions will be accepted. Bidders must acknowledge all amendments and refer to the most current attachments, including the revised Price Schedule (Rev 1.4) and Frame Kit (Rev 1.1).

People

Points of Contact

Jeremy J. BostonContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 16
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 15
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 14
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
View
Version 13Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 12
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View
Version 11
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
View
Version 10
Combined Synopsis/Solicitation
Posted: Jan 6, 2026
View
Version 9
Combined Synopsis/Solicitation
Posted: Jan 2, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View
Version 7
Combined Synopsis/Solicitation
Posted: Dec 18, 2025
View
Version 6
Combined Synopsis/Solicitation
Posted: Dec 16, 2025
View
Version 5
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Nov 26, 2025
View
Version 3
Consolidate Bundle
Posted: Nov 19, 2025
View
Version 2
Pre-Solicitation
Posted: Nov 7, 2025
View
Version 1
Pre-Solicitation
Posted: Oct 30, 2025
View