6540--National Prescription Eyeglasses Manufacturing
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Network Contracting Office 1, is soliciting proposals for National Prescription Eyeglasses Manufacturing services under a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract aims to provide prescription eyeglasses for eligible Veterans nationwide. Proposals are due February 5, 2026, at 4:30 PM EST.
Scope of Work
The contractor will be responsible for fabricating prescription eyeglasses, including both dress and safety frames, in strict conformance with VA-provided prescriptions. Key requirements include providing new items, ensuring lenses meet ANSI standards (CR-39, polycarbonate, Trivex, high index, various types, UV protection), and frames meet ANSI/ISO standards (metal, plastic/acetate, titanium). Deliverables also include a sample frame kit (85 frames) and complete eyeglasses samples for evaluation, repair kits, display racks for VA Optical Shops, patient instructions, and a minimum one-year warranty. Notably, contractors and their subcontractors are prohibited from providing Optician Services to veteran patients at VA facilities under this contract.
Contract Details
This is a Firm Fixed-Price IDIQ contract with economic price adjustment, anticipated to result in multiple awards. Individual Delivery Orders will be single-award. The period of performance is ten years, comprising a five-year base period and one five-year option period. The estimated maximum ceiling amount is $2,000,000,000 ($2 billion), with a guaranteed minimum of $10,000 for the initial fiscal year. Performance will be nationwide, covering VA Medical Centers and their catchment areas, including CONUS and OCONUS locations. The Product Service Code is 6540 and NAICS code is 339115.
Submission & Evaluation
Proposals must be submitted via email to Jeremy.Boston@va.gov and Jeremy.Parker2@va.gov by February 5, 2026, at 4:30 PM EST. The due date for Sample Frame Kits and Complete Eyeglasses Samples remains unchanged (January 5 - January 13, 2026). Evaluation will be based on Best Value to the Government, considering Technical Acceptability Standards (pass/fail for Sample Frame Kit, Equipment, Contingency Plans, Complete Submission), Factor 1 (Experience), Factor 2 (Capabilities), and Factor 3 (Price). Technical factors and Experience/Capabilities are more important than Price. Minimum daily manufacturing capabilities are specified for Factor 2: East Region (4,000 eyeglasses), West Region (3,000 eyeglasses), and OFL Region (600 eyeglasses), with an overall minimum of 600 eyeglasses per day. Offerors not meeting regional capabilities may be limited to orders in regions where they meet requirements.
Important Amendments & Notes
This solicitation has undergone several amendments. The latest revisions (e.g., SF30 0011, SF30 0010, SF30 0009) have updated the response date, clarified capabilities requirements, revised the price schedule (Rev 1.4), and modified the Statement of Work to prohibit optician services by contractors. Offerors must use the latest revised attachments and acknowledge all amendments. The government will not accept further questions regarding this solicitation.