VA awards $43,095 contract for prosthetic order mini van conversion to Adaptive Driving Alliance, LLC
Contract Overview
Contract Amount: $43,095 ($43.1K)
Contractor: Adaptive Driving Alliance, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-06
End Date: 2026-04-06
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: PROSTETIC ORDER - MINI VAN CONVERSION
Place of Performance
Location: CUYAHOGA FALLS, SUMMIT County, OHIO, 44221
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $43,095 to ADAPTIVE DRIVING ALLIANCE, LLC for work described as: PROSTETIC ORDER - MINI VAN CONVERSION Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is for a delivery order with a firm fixed price, indicating cost certainty. 3. The duration of the contract is zero, implying immediate or near-immediate completion of services. 4. The vendor, Adaptive Driving Alliance, LLC, is based in Ohio. 5. The North American Industry Classification System (NAICS) code 339113 points to Surgical Appliance and Supplies Manufacturing. 6. This contract represents a small portion of overall federal spending in this category.
Value Assessment
Rating: fair
The contract value of $43,095 is relatively small, making direct comparisons to larger contracts difficult. Without specific details on the scope of the 'mini van conversion' for prosthetic orders, it's challenging to benchmark the value for money. The firm fixed price suggests the government has a clear understanding of the costs involved. However, the lack of detailed performance metrics or comparison data makes a definitive value assessment difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit a bid. The data does not specify the number of bidders, but this method generally promotes price discovery and allows the government to select the best value. The use of this procurement method suggests that the VA sought to maximize competition for this requirement.
Taxpayer Impact: A full and open competition likely resulted in a more competitive price for taxpayers compared to a sole-source or limited competition award.
Public Impact
Veterans requiring specialized vehicle modifications for prosthetic use will benefit from this service. The service delivered is a conversion of a mini van to accommodate prosthetic needs. The geographic impact is likely localized to Ohio, where the contractor is based. The contract may have implications for specialized automotive modification workforce in Ohio.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed scope of work for the 'mini van conversion' makes it difficult to assess if the price is competitive.
- The zero duration is unusual and could indicate a need for clarification on the service timeline.
- Limited information on the contractor's specific experience with prosthetic order conversions.
Positive Signals
- Awarded through full and open competition, suggesting a fair process.
- Firm fixed price provides cost certainty for the government.
- Contract is with a US-based company.
Sector Analysis
The contract falls under the broader category of medical equipment and supplies manufacturing, specifically related to assistive devices and vehicle modifications. The NAICS code 339113 covers establishments primarily engaged in manufacturing surgical appliances and supplies. While this specific contract is for a vehicle conversion, it aligns with the broader sector of providing specialized equipment to support individuals with disabilities, including veterans. Federal spending in this area often focuses on enhancing mobility and independence for beneficiaries.
Small Business Impact
The contract was not set aside for small businesses, and the data indicates 'sb' is false. There is no information provided regarding subcontracting plans. Given the relatively small value, it's unlikely to have a significant impact on the broader small business ecosystem unless it's part of a larger initiative.
Oversight & Accountability
The Department of Veterans Affairs (VA) is responsible for overseeing this contract. As a delivery order under a larger contract vehicle (implied by 'delivery order'), oversight would typically involve contract specialists monitoring performance and payment. Transparency is generally available through federal procurement databases like FPDS. Inspector General jurisdiction would apply if any fraud or mismanagement were suspected.
Related Government Programs
- Prosthetic Services
- Assistive Technology
- Vehicle Modification Programs
- Veteran Affairs Medical Services
Risk Flags
- Ambiguity in contract duration ('dur': 0) requires clarification.
- NAICS code assignment may not perfectly align with the service provided.
- Limited public information on contractor's specific experience in this niche.
Tags
healthcare, department-of-veterans-affairs, ohio, delivery-order, firm-fixed-price, full-and-open-competition, prosthetics, vehicle-modification, assistive-technology, veteran-affairs
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $43,095 to ADAPTIVE DRIVING ALLIANCE, LLC. PROSTETIC ORDER - MINI VAN CONVERSION
Who is the contractor on this award?
The obligated recipient is ADAPTIVE DRIVING ALLIANCE, LLC.
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 $43,095.
What is the period of performance?
Start: 2026-04-06. End: 2026-04-06.
What specific modifications are included in the 'PROSTETIC ORDER - MINI VAN CONVERSION' and how do they cater to prosthetic users?
The provided data does not detail the specific modifications included in the 'PROSTETIC ORDER - MINI VAN CONVERSION.' Typically, such conversions for prosthetic users might involve installing ramps or lifts for wheelchair access, hand controls for driving, specialized seating, or securement systems for prosthetic devices. The exact scope would be defined in the contract's statement of work, which is not available here. Understanding these specifics is crucial for assessing the value and appropriateness of the $43,095 award.
What is the track record of Adaptive Driving Alliance, LLC in performing similar vehicle conversion contracts for the federal government or other entities?
Information regarding the specific track record of Adaptive Driving Alliance, LLC in performing similar vehicle conversion contracts is not detailed in the provided data. While the contract was awarded under full and open competition, suggesting the vendor was deemed capable, further investigation into their past performance, client references, and successful completion of comparable projects would be necessary for a comprehensive assessment. This could involve reviewing past performance databases or seeking information from the contracting agency.
How does the $43,095 contract value compare to the average cost of similar prosthetic-related vehicle conversions?
Benchmarking the $43,095 contract value against similar prosthetic-related vehicle conversions is challenging without a detailed scope of work. The complexity, type of vehicle, and specific modifications required can vary significantly, impacting cost. For instance, a basic ramp installation might cost less than a full lift system with integrated controls. To provide a meaningful comparison, data on the average cost for specific conversion types (e.g., wheelchair accessibility, hand control installation) from reputable sources or historical government contract data would be needed.
What are the potential risks associated with a zero-duration contract for a vehicle conversion service?
A zero-duration contract for a vehicle conversion service, as indicated by 'dur': 0, presents several potential risks. It could imply that the service is expected to be completed immediately upon award or that the duration is not applicable because it's a task order under a larger contract where the overall duration is tracked elsewhere. If it truly means zero days for performance, it might indicate an administrative error or a misunderstanding of the contract's execution. This ambiguity could lead to disputes over performance timelines, payment issues, or a lack of clarity on when the service should be rendered, potentially delaying critical support for the veteran.
What is the historical spending pattern of the Department of Veterans Affairs for prosthetic-related vehicle modifications?
The provided data does not offer historical spending patterns for prosthetic-related vehicle modifications by the Department of Veterans Affairs (VA). To analyze this, one would need to query federal procurement databases (like FPDS) for similar contracts awarded over previous fiscal years, filtering by agency (VA), product/service codes, and keywords related to vehicle modification and prosthetics. This would reveal trends in spending, average contract values, and potentially identify key contractors in this niche.
What is the significance of the NAICS code 339113 (Surgical Appliance and Supplies Manufacturing) for this vehicle conversion contract?
The assignment of NAICS code 339113 (Surgical Appliance and Supplies Manufacturing) to a vehicle conversion contract is somewhat unusual. This code typically covers manufacturers of items like artificial limbs, orthopedic braces, and surgical dressings. While vehicle modifications can be considered assistive devices, they are not traditionally manufactured goods in the same vein as surgical appliances. This might indicate that the contractor also produces related medical supplies, or it could be an administrative classification choice by the agency. It suggests the contract is viewed through the lens of providing equipment that aids in medical needs, even if the primary service is modification.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical Appliance and Supplies Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 111 STOW AVE STE 103, CUYAHOGA FALLS, OH, 44221
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,095
Exercised Options: $43,095
Current Obligation: $43,095
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79722D0076
IDV Type: FSS
Timeline
Start Date: 2026-04-06
Current End Date: 2026-04-06
Potential End Date: 2026-04-06 00:00:00
Last Modified: 2026-04-06
More Contracts from Adaptive Driving Alliance, LLC
- Pros-Safe Passenger VAN Conversion — $48.5K (Department of Veterans Affairs)
- Vehicle Modification — $44.5K (Department of Veterans Affairs)
- Express Report: VAN Conversion — $28.3K (Department of Veterans Affairs)
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.)