VA awards $602K for Hemodialysis Flow Systems to Transonic Systems Inc
Contract Overview
Contract Amount: $60,240 ($60.2K)
Contractor: Transonic Systems Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-10
End Date: 2026-05-15
Contract Duration: 35 days
Daily Burn Rate: $1.7K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: TRANSONIC SYSTEMS HEMODIALYSIS FLOW SYSTEMS (2)
Place of Performance
Location: PROVIDENCE, PROVIDENCE County, RHODE ISLAND, 02908
Plain-Language Summary
Department of Veterans Affairs obligated $60,240 to TRANSONIC SYSTEMS INC. for work described as: TRANSONIC SYSTEMS HEMODIALYSIS FLOW SYSTEMS (2) Key points: 1. Sole-source award to Transonic Systems Inc. for critical medical equipment. 2. Limited competition raises questions about price discovery and potential overpayment. 3. High-value contract for specialized electromedical apparatus. 4. Sector: Healthcare/Medical Devices.
Value Assessment
Rating: questionable
The contract value of $602,400 for 35 days of service appears high, especially given the lack of competition. Benchmarking against similar contracts for hemodialysis equipment is difficult without more data, but the sole-source nature suggests potential for inflated pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award to Transonic Systems Inc. This significantly limits price discovery and may lead to less favorable terms for the government.
Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competitive bidding on this $602,400 contract.
Public Impact
Ensures continued access to essential hemodialysis equipment for veterans. Potential for higher costs impacts the VA's budget for other critical services. Lack of competition may stifle innovation and market competition in the long run.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Limited competition
- Short contract duration
- High contract value
Positive Signals
- Essential medical equipment
- Dedicated supplier
Sector Analysis
The Department of Veterans Affairs is procuring electromedical apparatus for healthcare services. Spending in this sector is substantial, with a focus on reliable and specialized equipment for patient care. Benchmarks for similar sole-source contracts are often higher than competed ones.
Small Business Impact
This contract was awarded to Transonic Systems Inc. and does not indicate any specific set-aside for small businesses. The lack of competition suggests larger, established firms are likely the primary suppliers in this niche.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the VA is receiving fair value. Documentation justifying the lack of competition and the reasonableness of the price is crucial for accountability.
Related Government Programs
- Electromedical and Electrotherapeutic Apparatus Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing due to lack of competition.
- Short contract duration may indicate an urgent, unplanned need.
- High contract value warrants scrutiny.
- Lack of small business participation.
Tags
electromedical-and-electrotherapeutic-ap, department-of-veterans-affairs, ri, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $60,240 to TRANSONIC SYSTEMS INC.. TRANSONIC SYSTEMS HEMODIALYSIS FLOW SYSTEMS (2)
Who is the contractor on this award?
The obligated recipient is TRANSONIC SYSTEMS INC..
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $60,240.
What is the period of performance?
Start: 2026-04-10. End: 2026-05-15.
What is the justification for the sole-source award, and was a market research conducted to confirm no other viable suppliers exist?
The justification for a sole-source award typically involves a determination that only one responsible source can provide the required supplies or services. This often occurs when a product is proprietary or requires unique expertise. A thorough market research should have been conducted to validate this claim and explore potential alternatives before proceeding with a sole-source procurement, ensuring the government's best interest is served.
How does the per-unit cost of these hemodialysis flow systems compare to industry benchmarks or previously competed contracts?
Without specific per-unit cost data and access to industry benchmarks or historical competed contract prices for similar hemodialysis flow systems, a direct comparison is challenging. However, given the sole-source nature of this award, it is reasonable to suspect that the pricing may be higher than what could be achieved through a competitive bidding process. Further analysis would require access to detailed pricing breakdowns and market data.
What is the long-term strategy for acquiring these critical hemodialysis systems to ensure competitive pricing and supply chain resilience?
The long-term strategy should focus on moving away from sole-source awards for critical equipment. This could involve actively seeking out and qualifying multiple suppliers, encouraging market competition through phased procurements, or exploring opportunities for bulk purchasing agreements. Developing a robust supply chain that is not dependent on a single vendor is essential for both cost-effectiveness and uninterrupted service delivery.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Electromedical and Electrotherapeutic Apparatus Manufacturing
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 36C24126Q0352
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 34 DUTCH MILL RD, ITHACA, NY, 14850
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $61,425
Exercised Options: $61,425
Current Obligation: $60,240
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-10
Current End Date: 2026-05-15
Potential End Date: 2026-05-15 00:00:00
Last Modified: 2026-04-08
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)