OPTUS SERVICE AGREEMENT
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 Indian Health Service (IHS), specifically the OK City Area Indian Health Service, has issued a Combined Synopsis/Solicitation (RFQ # IHS1523145) for an Optos Service Agreement. This opportunity seeks monthly service agreement support for Optos sites located in Clinton, El Reno, and Watonga, Oklahoma. This is a 100% BUY INDIAN SET-ASIDE (ISBEE) procurement. Quotes are due by April 7, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive on-site Emergency and Planned Maintenance support for Daytona AF Optos Cameras at the three specified Indian Health Centers. Key responsibilities include performing all planned maintenance according to the Optos System Service Manual, repairing systems to a fully functioning state during emergency events, and providing necessary parts, labor, travel, living expenses, and operating software. The contractor must obtain a letter of consent from Optos authorizing their services and be available to service equipment in rural western Oklahoma. Additionally, the vendor must provide an online site for DOT manifest training for EVS staff and maintain manifest records. An on-site technician must be available within 48 hours for service visits, and 24-hour notice is required for scheduled on-site visits.
Contract Details
This will be a Firm Fixed Price contract with a Base Year from April 15, 2026, to April 14, 2027, followed by four (4) one-year option periods, extending the potential contract duration through April 14, 2031. The solicitation includes fifteen (15) line items, each covering 12 months of service. The associated NAICS code is 811210 (Electronic and Precision Equipment Repair and Maintenance).
Set-Aside
This solicitation is designated as a 100% BUY INDIAN SET-ASIDE, specifically for Indian Small Business Economic Enterprises (ISBEE). Offerors must complete the "Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form" to confirm eligibility.
Submission & Evaluation
Quotes must be submitted electronically via email to Misti Bussell (misti.bussell@ihs.gov) by April 7, 2026, at 10:00 AM CST. Fax quotations are not accepted. The award will be made to the responsible offeror whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Evaluation factors include:
- Pricing: Cumulative total for all five years, compared against the government's independent cost estimate.
- Technical Capabilities: Assessed based on understanding of the Statement of Work and planned project execution.
Required quote information includes Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Quote Expiration Date, Warranty, total price for each line item, total quote price, and sufficient technical documentation. Failure to provide adequate technical detail may result in rejection. All contractors must be registered in the System for Award Management (SAM) database.