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), OK City Area, has issued a Request for Quote (RFQ) # IHS1524836 for an Optos Service Agreement. This 100% Small Business Set-Aside opportunity seeks monthly service and maintenance for Daytona Optos Cameras at three IHS locations in rural western Oklahoma. Quotes are due by March 24, 2026, at 10:00 a.m. CDT.
Scope of Work
The contractor will provide on-site Emergency and Planned Maintenance for Daytona Optos Cameras at the Clinton, El Reno, and Watonga Indian Health Centers in Oklahoma. Services include system repairs (with parts), planned maintenance per the Optos System Service Manual, and ensuring systems are fully functional. The contractor must be authorized by Optos to provide services and be available to service equipment in rural western Oklahoma. Coverage includes parts, labor, travel, living expenses, and operating software. The vendor must also provide an online site for DOT manifest training and records. Service hours are Monday-Friday, 8:00 a.m. to 5:00 p.m., with an on-site technician available within 48 hours for service visits.
Contract & Timeline
- Type: Request for Quote (RFQ), leading to a Firm Fixed-Price contract.
- Period of Performance: A Base Year (April 1, 2026 – March 31, 2027) and four 12-month Option Periods, extending through March 31, 2031.
- Set-Aside: 100% Small Business Set-Aside (NAICS 811210 - Other Medical Services).
- Response Due: March 24, 2026, at 10:00 a.m. CDT.
- Published: March 18, 2026.
Evaluation
Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on Lowest Price Technically Acceptable (LPTA). Evaluation factors include Pricing (cumulative total for all 5 years, compared to the Independent Government Cost Estimate) and Technical Capabilities (understanding of the Statement of Work, planned execution, ability to provide Optos-authorized services, and service rural Oklahoma).
Submission Requirements
Quotes must be submitted electronically via email to Misti Bussell (misti.bussell@ihs.gov). No fax submissions will be accepted. Required information includes: Vendor Name, Cage Code, DUNS number, Tax ID, 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 to demonstrate acceptability. Contractors must be registered in SAM.gov prior to award.
Additional Notes
Contractor employees must comply with OPDIV DHHS/SE Region Human Resources, Security Clearance Guidance, and obtain a visitor's pass. The facility is tobacco/smoke-free. An Indian Economic Enterprise Representation Form is attached, though the solicitation is a Small Business Set-Aside.