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), Network Contracting Office 10, has issued multiple Award Notices for Orthotics Appliances and Related Services for VISN 10 Sites. These awards stem from a solicitation (36C25025Q0517) for Blanket Purchase Agreements (BPAs) to provide comprehensive orthotic services to eligible veterans across Indiana, Ohio, and Michigan. The solicitation was unrestricted, with consideration for Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) status. The original solicitation included an "on-ramp" provision, allowing for additional quotes.
Opportunity Background & Scope
The solicitation sought to establish multiple BPAs for a 5-year ordering period, with an authorized ceiling of $7,000,000.00. The scope of work includes the fabrication of custom orthotics, braces, diabetic shoes, inserts, elastic supports, compression garments, and related repair services, strictly conforming to VA prescriptions and using approved A-Codes/L-Codes. All products must be commercial items. Performance will occur at contractor facilities (ABC/BOC accredited) and potentially VA clinics across VISN 10 facilities and associated Community Based Outpatient Centers (CBOCs).
Key requirements included:
- Certified Staff: Full-time American Board for Certification (ABC) or Board of Certification/Accreditation International (BOC) certified Orthotist(s) on staff at each service location.
- Facility Accreditation: Contractor facilities must be accredited by ABC or BOC.
- Quality Standards: Appliances must meet VA prescriptions, be defect-free, ensure patient education and acceptance, and comply with Joint Commission (TJC) and ABC/BOC standards.
- Warranty: A minimum 90-calendar day warranty against defective material and workmanship.
- Confidentiality: Strict adherence to patient confidentiality (Privacy Act, HIPAA).
- Delivery: Delivery within 30 calendar days of order receipt, with provisions for expedited delivery.
Contract Details & Awards
The acquisition was unrestricted under NAICS Code 339113 (Surgical Appliance and Supplies Manufacturing) with a 500-employee size standard. Pricing was based on Centers for Medicare and Medicaid Services (CMS) Healthcare Common Procedure Coding System (HCPCS) Durable Medical Equipment Prosthetics, Orthotics, and Supplies (DMEPOS) A-Code and L-Code fee schedules, minus discounts.
The final deadline for initial offers was January 13, 2026, at 4:30 pm EST. The solicitation also included an "on-ramp" provision, stating it would be open for additional quotes from December 2, 2025, to January 13, 2026, and considered open for two years from its original issue date with set dates for quote due dates communicated via SAM.gov.
Multiple awards were made on February 4, 2026, to the following entities:
- DURRETTS ORTHOTIC & PROSTHETIC LLC
- BIONIC PROSTHETICS AND ORTHOTICS GROUP LLC
- J. F. ROWLEY PROSTHETIC AND ORTHOTIC LABORATORIES, INC.
- NATIONAL PROSTHETICS AND ORTHOTICS, INC.
- ORTHOTIC & PROSTHETIC DESIGNS, LLC
Contact Information
For inquiries, the Contracting Officer is Kellie Konopinski (kellie.konopinski@va.gov, 734-222-4330).