VA awards $10.2M contract for stairlifts, with delivery orders extending through October 2026

Contract Overview

Contract Amount: $10,242 ($10.2K)

Contractor: Harmar Mobility, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-09-25

End Date: 2026-10-31

Contract Duration: 401 days

Daily Burn Rate: $26/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: CURVED STAIRGLIDE

Place of Performance

Location: SARASOTA, SARASOTA County, FLORIDA, 34234

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $10,242.47 to HARMAR MOBILITY, LLC for work described as: CURVED STAIRGLIDE Key points: 1. Contract awarded to Harmar Mobility, LLC, a single vendor for this specific delivery order. 2. The contract is for surgical appliance and supplies manufacturing, specifically stairlifts. 3. Pricing appears to be a firm fixed price, which can offer cost certainty. 4. The contract duration is 401 days, indicating a medium-term need. 5. Geographic focus is Florida, suggesting a regional demand for these devices. 6. The award was made under full and open competition, implying a competitive process.

Value Assessment

Rating: good

The contract value of $10.2 million for stairlifts appears reasonable given the scope and duration. Benchmarking against similar VA or other federal contracts for mobility devices would provide a clearer picture of value for money. The firm fixed price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. However, without specific unit cost data or comparison to commercial off-the-shelf pricing for comparable stairlift models, a definitive value assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The fact that it resulted in a single delivery order to Harmar Mobility, LLC suggests that this vendor was the most advantageous offer received based on the evaluation criteria. The level of competition, while initially broad, ultimately led to a single awardee for this specific order.

Taxpayer Impact: Full and open competition generally leads to better price discovery and potentially lower costs for taxpayers, as vendors are incentivized to offer competitive pricing to win the contract.

Public Impact

Veterans in Florida will benefit from improved accessibility and mobility within their homes. The contract delivers essential medical equipment (stairlifts) to support the health and well-being of beneficiaries. The geographic impact is concentrated in Florida, addressing specific regional needs. This contract supports the manufacturing and supply chain for medical devices, potentially impacting the workforce in that sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for price increases in future delivery orders if competition is not maintained.
  • Dependence on a single supplier for this specific delivery order could limit future negotiation leverage.

Positive Signals

  • Awarded under full and open competition, suggesting a competitive process was initiated.
  • Firm fixed price contract provides cost certainty for this delivery order.
  • Contract supports a critical need for veterans' mobility and quality of life.

Sector Analysis

The market for durable medical equipment, including stairlifts, is a significant segment within the broader healthcare and medical supplies industry. This contract falls under the Surgical Appliance and Supplies Manufacturing (NAICS 339113) sector. Spending in this area is driven by an aging population and the need for assistive devices to maintain independence. Federal agencies like the VA are major purchasers of such equipment to support beneficiaries.

Small Business Impact

There is no indication that this contract included a small business set-aside. The award to Harmar Mobility, LLC, a specific company, does not automatically preclude subcontracting opportunities for small businesses. However, the analysis of subcontracting plans and their fulfillment would be necessary to determine the actual impact on the small business ecosystem.

Oversight & Accountability

The Department of Veterans Affairs is responsible for the oversight of this contract. As a delivery order under a larger contract vehicle, oversight would typically involve contract specialists monitoring performance, invoicing, and adherence to terms. Transparency is generally maintained through contract databases, but specific performance metrics and detailed spending breakdowns may not always be publicly accessible.

Related Government Programs

  • VA Prosthetics and Sensory Aids Service
  • Durable Medical Equipment (DME) contracts
  • Assistive Technology procurement

Risk Flags

  • Potential for price escalation in future orders if competition is not sustained.
  • Contract performance risk related to delivery and installation timelines.
  • Quality control of supplied stairlift equipment.

Tags

healthcare, department-of-veterans-affairs, florida, delivery-order, medical-equipment, full-and-open-competition, firm-fixed-price, surgical-appliance-and-supplies-manufacturing, mobility-aids

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $10,242.47 to HARMAR MOBILITY, LLC. CURVED STAIRGLIDE

Who is the contractor on this award?

The obligated recipient is HARMAR MOBILITY, 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 $10,242.47.

What is the period of performance?

Start: 2025-09-25. End: 2026-10-31.

What is the track record of Harmar Mobility, LLC with the Department of Veterans Affairs?

Harmar Mobility, LLC has a history of contracts with the Department of Veterans Affairs, primarily related to the provision of mobility and accessibility equipment. Analyzing past performance data, including on-time delivery, product quality, and customer satisfaction, would provide insight into their reliability. Previous contract values and the nature of services rendered can indicate the company's capacity and experience in fulfilling VA requirements. A review of any past disputes, contract modifications, or performance issues would also be crucial for a comprehensive assessment of their track record.

How does the awarded price compare to market rates for similar stairlift installations?

To assess the value for money, the awarded price of $10.2 million needs to be benchmarked against prevailing market rates for comparable stairlift models and installation services. This would involve researching commercial pricing from major stairlift manufacturers and installers, as well as looking at other federal or state government contracts for similar equipment. Factors such as the specific model, features, installation complexity, warranty, and service agreements will influence pricing. A significant deviation from market averages, either higher or lower, would warrant further investigation into the reasons behind the discrepancy.

What are the primary risks associated with this contract for the VA?

Key risks for the VA in this contract include potential performance issues from the contractor, such as delays in delivery or installation, or subpar product quality, which could impact veteran care. There's also a financial risk if the firm fixed price does not adequately account for all potential costs, leading to contractor dissatisfaction or requests for modification, or conversely, if the price is significantly above market rates. Dependence on a single supplier for this delivery order could also pose a risk if the contractor faces operational challenges. Ensuring compliance with all VA regulations and specifications throughout the contract lifecycle is another critical area of risk management.

What is the historical spending pattern for stairlifts by the Department of Veterans Affairs?

Analyzing historical spending patterns for stairlifts by the VA is essential to understand the trend and scale of this procurement. This involves examining contract awards over the past several fiscal years to identify the total amount spent, the number of contracts awarded, and the primary contractors. Understanding whether spending has been consistent, increasing, or decreasing can provide context for the current $10.2 million award. It also helps in identifying any shifts in procurement strategies, such as a move towards larger, consolidated contracts or increased reliance on specific vendors. This historical data can inform future budget planning and procurement strategies.

What are the implications of the firm fixed price contract type for cost control?

A firm fixed price (FFP) contract type is generally advantageous for cost control as it places the responsibility for all costs and expenses on the contractor. The price is set and not subject to adjustment unless specific conditions outlined in the contract are met (e.g., significant scope changes). This provides the VA with budget certainty for this $10.2 million award. The contractor assumes the risk of cost overruns, incentivizing them to manage their expenses efficiently. However, if the initial price was set too high due to inadequate market research or competitive bidding, the government may end up paying more than necessary.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical Appliance and Supplies Manufacturing

Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP

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: 2075 47TH ST, SARASOTA, FL, 34234

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $10,242

Exercised Options: $10,242

Current Obligation: $10,242

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79718D0537

IDV Type: FSS

Timeline

Start Date: 2025-09-25

Current End Date: 2026-10-31

Potential End Date: 2026-10-31 00:00:00

Last Modified: 2026-04-06

More Contracts from Harmar Mobility, LLC

View all Harmar Mobility, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending