2026 Mobile Orthotic & Prosthetic Laboratory
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) is conducting a Sources Sought / Request for Information (RFI) for the procurement of custom mobile Orthotic & Prosthetic (O&P) laboratories. This initiative supports the VA's Mobile Prosthetic and Orthotic Care (MoPOC) program, aiming to provide O&P care to Veterans in rural communities. The VA plans to procure up to eight units annually from FY2027 through FY2031, with potential for expansion. Responses are due by Friday, February 06, 2026, at 4:00 pm (EST).
Scope of Work
The vendor will be responsible for supplying a "turnkey" mobile O&P lab, including the Ford Transit 350 high roof, extended length, all-wheel drive chassis, along with all design, engineering, modifications, tools, equipment, supplies, training, and user manuals. Key custom features include enclosed walls, a workbench with grinder and dust mitigation, engine-driven and fuel-fired heating/cooling systems, a battery-powered electrical system, fume mitigation, shelving, modular tool storage, and over 100 tools/supplies. All items require MoPOC approval, and CONUS delivery is required.
Key Requirements
Offerors must guarantee vehicle modifications for a minimum of twelve (12) years from delivery, covering all labor, parts, materials, travel, and logistics for repairs at no additional cost to the Government. This guarantee is in addition to FAR Part 46 rights. Service response requirements include an initial response to warranty requests within one (1) business day, on-site or remote diagnostic support within two (2) business days, and corrective action completion within a commercially reasonable timeframe, mutually agreed upon with the Government.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: 2310 (Passenger Motor Vehicles)
- Response Due: February 06, 2026, 4:00 pm (EST)
- Published Date: January 06, 2026
- Procurement Period: Starting FY2027, up to eight units per year through FY2031.
Submission Details
Companies should respond to this RFI with information regarding their capabilities, warranty policies, and an explanation of the time required to deliver eight units once an order is placed (i.e., a sample annual production timeline). Submissions must be formatted as a PDF or Microsoft Word document and emailed to Tammy.Buzzard@va.gov, George.Kaufman@va.gov, and Daniel.Abrahamson@va.gov.
Additional Notes
This is an RFI for planning purposes only and does not constitute an offer or guarantee a future solicitation. The place of performance is listed as Seattle, WA, 98108, United States.