6515--Supplies - Orthotics - VISN 10 Sites
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 seeking to establish multiple Blanket Purchase Agreements (BPAs) for Orthotics Appliances and Related Services to support eligible veterans within Veterans Integrated Service Network 10 (VISN 10), covering facilities across Indiana, Ohio, and Michigan. This opportunity, initially a solicitation, now includes an "on-ramp" for additional offers. Offers are due by January 13, 2026, at 4:30 PM EST.
Scope of Work
The requirement involves the fabrication of orthotic appliances strictly conforming to VA prescriptions, including custom orthotics, braces, diabetic shoes, inserts, elastic supports, compression garments, and associated repair services. All products must be commercial items, utilizing VA-provided A-Codes and/or L-Codes. Unauthorized component additions or prescription alterations are prohibited without written VA authorization.
Key Requirements
Bidders must employ full-time, ABC or BOC certified Orthotist(s) in good standing at each service location. Contractor facilities must also be accredited by ABC or BOC. A minimum 90-day warranty against defective material and workmanship is required. Compliance with VA prescriptions, Joint Commission, ABC/BOC standards, and federal patient confidentiality laws (Privacy Act, HIPAA) is mandatory. Delivery is expected within 30 calendar days of order receipt, with provisions for expedited delivery. Invoices must include specific documentation, including a signed patient delivery and acceptance form, and BPA Holders must accept Government Purchase/Visa Credit Card.
Contract & Timeline
- Type: Multiple Blanket Purchase Agreements (BPAs)
- Duration: Anticipated 5-year ordering period
- Ceiling Limit: $7,000,000.00 over the period
- Set-Aside: Unrestricted (NAICS 339113, Size Standard: 500 employees)
- Latest Offer Due: January 13, 2026, 4:30 PM EST
- Published: February 4, 2026 (as Award Notice, but includes on-ramp)
Place of Performance
Services will be provided across multiple geographic locations within VISN 10, encompassing all VISN 10 facilities and associated Community Based Outpatient Centers (CBOCs) in Indiana, Ohio, and Michigan. Performance will occur at contractor facility locations, which must be ABC or BOC accredited.
Evaluation & Submission
Offers will be evaluated based on pricing (CMS HCPCS DMEPOS A-Code and L-Code fee schedules minus discounts), acceptance of SOW requirements, orthotist credentials, facility locations, completion of required forms, SAM registration, and warranty information. Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) status will be considered. Offers must be emailed to Kellie.Konopinski@va.gov.
Additional Notes
While this opportunity is listed as an Award Notice, Amendment 3 (posted December 2, 2025) introduced an "on-ramp" allowing for additional quotes until January 13, 2026. Several awards have already been made on February 4, 2026, to firms including DURRETTS ORTHOTIC & PROSTHETIC LLC, BIONIC PROSTHETICS AND ORTHOTICS GROUP LLC, J. F. ROWLEY PROSTHETIC AND ORTHOTIC LABORATORIES, INC., and ORTHOTIC & PROSTHETIC DESIGNS, LLC.