Page 2 of 3 This announcement is SOURCES SOUGHT NOTICE, 36C255-26-Q-0201. This sources sought notice is for preliminary planning purposes therefore, no proposals are being requested or accepted at this time. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACTS SHALL BE AWARDED FROM THIS NOTICE. The VA Network Contracting Office 15 has been tasked to begin preliminary stages for new contract or Blanket Purchase Agreement (BPA) for Orthopedic Shoes, Inserts and related services. Potential sources are responsible for the complete performance of the technical aspects of this requirement. The contracts awarded are expected to be firm-fixed price. The type of solicitation to be issued will depend upon the responses to this notice. Issuance of a solicitation will be dependent upon the number of responses, information received, and subsequent market analysis. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of the Business Community. After reviewing the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of this requirement is expected to have an ordering period of five years from the start date which is TBD. We are seeking potential vendors from all categories: Large and Small Businesses, top include Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB). The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 339113 Surgical Appliance and Supplies Manufacturing. The Small Business Size Standard for this acquisition is 800 employees. The primary location of the supported VISN 15 Medical Center is: Dept. of Veterans Affairs Harry S. Truman Memorial Veterans Hospital 800 Hospital Drive Columbia, Mo. 65201 Additional Locations and Facilities The Contractor shall provide services and support at the locations identified in this Performance Work Statement. The Government reserves the right to add, remove, or modify locations and facilities as mission requirements evolve across the current and future operational footprint. The Contractor shall accommodate these changes within the scope of the contract without disruption to services. Any adjustments to pricing, schedule, or resources resulting from such changes shall be addressed through the appropriate contractual modification process in accordance with the applicable Changes clause. The Contractor shall provide all orthopedic shoes and inserts in strict conformance to the prosthetic prescription that has been provided by the prescribing practitioner. The VA will provide a list of approved Healthcare Common Procedures Coding System (HCPC) Codes for work to be provided by the Contractor for the specific prescription. The VA also prescribes boots and high-top shoes (such as hiking shoes) for diabetic patients that do not have HCPC s codes assigned to them. All boots and shoes, to include high-top shoes, provided by the contractor must be Pricing, Data Analysis, and Coding (PDAC) approved when provided to diabetic patients. The Contractor shall have a Podiatrist, Pedorthist, Certified Orthotist, Prosthetist on staff in good standing at each of the proposed service locations throughout the BPA period of performance. Good standing is defined being within compliance of VHA Directive 1173.9, VHA directive 1410, Medicare guidelines for Orthopedic/Therapeutic Footwear Articles A52481 and A52501, participating and achieving appropriate continuing education credits and paying dues as determined by Certifying Agency. Please provide a capability statement addressing your organization s ability to perform as a prime contractor to provide orthopedic shoes, inserts, and related services. This is not a request for proposal and in no way obligates the Government to award any contract. Please limit your response to this synopsis to less than five pages and please include the following information: Your company s name, addresses, point of contact, phone number, email address & DUNS Number. Your company s interest in submitting a proposal on the solicitation when it is issued. Your company s capability to meet the requirements. See attached DRAFT HCPC QUOTE SPREADSHEET. Your company s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the requirement, customer s name, phone number and address, period of performance, and dollar value of the contract. Your company s Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). If a Large Business, do you have a Small Business Subcontracting Plan? Confirmation the items offered and manufactured domestically and meet the requirements of the Buy American Act. Interested companies are asked to respond to this Sources Sought Notice no later than 5:00 PM (CST) on Friday, 20 Feb 2026. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please email (only) your response to: Robert Bleichner, NCO 15 Contracting Office: robert.bleichner@va.gov. Please reference the following solicitation number in the subject line of all correspondence submitted: 36C255-26-Q-0201. Note: Only e-mail responses will be accepted.