SOURCES SOUGHT
23 -- 2026 Mobile Orthotic & Prosthetic Laboratory
- Notice Date
- 1/6/2026 5:31:08 AM
- Notice Type
- Sources Sought
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G26Q0529_AA
- Response Due
- 2/6/2026 1:00:00 PM
- Archive Date
- 02/21/2026
- Point of Contact
- Tammy Buzzard, Phone: 462-304-3866
- E-Mail Address
-
tammy.buzzard@va.gov
(tammy.buzzard@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- In 2021, the US Department of Veterans Affairs (VA) established the Mobile Prosthetic and Orthotic Care (MoPOC) program to ensure accessible, world-class Orthotic & Prosthetic (O&P) care to Veterans living in rural communities. To advance this objective, the VA is seeking to procure custom mobile O&P laboratories starting in fiscal year (FY) 2027 at a rate of up to eight units per year through FY31, with potential to further expand production. The vehicle chassis (Ford Transit 350 high roof, extended length, all-wheel drive), all design, engineering, modifications, tools, equipment, supplies, training, and user manuals are to be supplied by the vendor. Each mobile O&P lab shall be delivered as a �turnkey�, complete product exactly as the attached images illustrate in the attached, except as approved by MoPOC. The make/model of all equipment, tools, and supplies must be approved by MoPOC prior to purchase. The mobile O&P lab custom features include: Enclosed walls, ceiling, floor, and partitions Workbench, grinder, and dust mitigation system Engine-driven heating/cooling system Fuel-fired heating system Battery powered electrical system including inverter and direct Li-ion power to select equipment Fume mitigation system Shelving and modular tool storage areas 100+ tools/supplies Procurement of all items CONUS delivery Offerors shall acknowledge the ability to guarantee vehicle modifications, regardless of mileage, for a minimum of twelve (12) years from delivery. This guarantee shall remain in effect under conditions of normal and customary use and shall be the responsibility of the contractor, regardless of original equipment manufacturer (OEM) coverage. The Contractor shall be fully responsible for all warranty obligations during the guarantee period, including coordination with OEMs, subcontractors, and third-party service providers, at no additional cost to the Government. During the contractor-guarantee period, the Contractor shall, at no additional cost to the Government, provide all labor, parts, materials, travel, and logistics necessary to restore failed or degraded equipment to full operational capability. All remedies shall include repair or replacement, at the Government�s discretion. The warranty and guarantee requirements set forth herein are IN ADDITION TO, and DO NOT WAIVE, LIMIT, or SUPERCEDE any warranties, remedies, or rights afforded to the Government under the Federal Acquisition Regulation (FAR), including but not limited to FAR Part 46. Any rights or remedies available to the Government under the FAR shall remain fully enforceable. Service Response Requirements: Initial response to warranty service requests: within one (1) business day On-site or remote diagnostic support: within two (2) business days Corrective action completion: within a commercially reasonable timeframe, not to exceed timeframes mutually agreed upon by the Government based on equipment criticality. Please respond to this RFI with information about your company�s capabilities and warranty policies, and an explanation of the time your company would need to deliver eight units once an order is placed (i.e., a sample of an annual timeline for mobile O&P lab production). Submissions do not constitute an offer. All submissions are due no later than 4:00 pm (EST), Friday, February 06, 2026, formatted as either a portable document format (pdf) or a Microsoft Word document, and emailed to Tammy.Buzzard@va.gov, George.Kaufman@va.gov, and Daniel.Abrahamson@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fd573e97575c4e7e8db4952d6271303a/view)
- Place of Performance
- Address: Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07679012-F 20260108/260106230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |