VA awards $5.8M purchase order for TORVAN REPAIR to BRAVO, INC. in Pennsylvania
Contract Overview
Contract Amount: $5,797 ($5.8K)
Contractor: Bravo, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-13
End Date: 2026-05-12
Contract Duration: 29 days
Daily Burn Rate: $200/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TORVAN REPAIR
Place of Performance
Location: PITTSBURGH, ALLEGHENY County, PENNSYLVANIA, 15240
Plain-Language Summary
Department of Veterans Affairs obligated $5,797 to BRAVO, INC. for work described as: TORVAN REPAIR Key points: 1. This contract represents a significant investment in essential repair services for the VA. 2. The award to BRAVO, INC. warrants scrutiny regarding competitive sourcing and pricing. 3. Potential risks include the lack of competition and the short performance period. 4. Performance context is limited due to the nature of the award as a purchase order. 5. The contract falls within the Commercial and Service Industry Machinery Manufacturing sector. 6. The value of this award should be benchmarked against similar repair service contracts.
Value Assessment
Rating: questionable
The $5.8 million award for TORVAN REPAIR is a substantial amount for a 29-day service period. Without a competitive bidding process, it is difficult to assess if this price represents fair market value. Benchmarking against similar repair contracts for specialized equipment would be necessary to determine value for money. The firm fixed-price structure offers some cost certainty, but the lack of competition raises concerns about potential overpricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source purchase order, meaning it was not competed. This significantly limits the opportunity for price discovery and potentially leads to higher costs for the government. The absence of multiple bidders suggests that either BRAVO, INC. was the only available source or that the contracting office did not pursue a competitive process. This approach bypasses the benefits of market competition.
Taxpayer Impact: Taxpayers may be paying a premium for these services due to the lack of competitive pressure. The absence of a bidding process prevents the government from securing the most cost-effective solution available in the market.
Public Impact
Veterans will benefit from the timely repair of TORVAN equipment, ensuring operational readiness of VA facilities. Essential repair services will be delivered, maintaining critical infrastructure. The geographic impact is focused on Pennsylvania, where the services will be rendered. The contract may support specialized technical workforce employment within the repair sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about price reasonableness.
- Short performance duration (29 days) may indicate urgency or a limited scope that could have been more competitively bid.
- Award as a purchase order, rather than a more formal contract type, can sometimes indicate less rigorous oversight.
Positive Signals
- Firm Fixed Price contract type provides cost certainty for the government.
- BRAVO, INC. is the awardee, implying some level of vetting or existing relationship.
- The contract addresses a specific need for TORVAN REPAIR, indicating targeted service delivery.
Sector Analysis
This contract falls under the Commercial and Service Industry Machinery Manufacturing sector, specifically related to repair services. The North American Industry Classification System (NAICS) code 333310 covers machinery manufacturing, which often includes specialized repair and maintenance. The market for such specialized repair services can be niche, but competition is generally expected unless specific circumstances dictate otherwise. The $5.8 million value for a short-term repair service is notable within this sector.
Small Business Impact
There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. Given the sole-source nature of the award, it is unlikely that small businesses were specifically targeted or had an opportunity to participate as prime contractors. Further investigation would be needed to determine if any subcontracting opportunities exist for small businesses.
Oversight & Accountability
Oversight for this purchase order would typically be managed by the contracting officer and the program office within the Department of Veterans Affairs. As a sole-source award, the primary accountability measure is ensuring the services are delivered as specified and within the agreed-upon price. Transparency is limited due to the non-competitive nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- VA Maintenance and Repair Contracts
- Commercial and Service Industry Machinery Repair
- Federal Purchase Orders
- Sole-Source Service Contracts
Risk Flags
- Sole-source award
- Lack of competition
- High dollar value for short duration
- Limited performance history available
Tags
veterans-affairs, purchase-order, sole-source, commercial-and-service-industry-machinery-manufacturing, repair-services, firm-fixed-price, pennsylvania, machinery-manufacturing, not-competed, bravo-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $5,797 to BRAVO, INC.. TORVAN REPAIR
Who is the contractor on this award?
The obligated recipient is BRAVO, 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 $5,797.
What is the period of performance?
Start: 2026-04-13. End: 2026-05-12.
What is the track record of BRAVO, INC. with federal contracts, particularly with the Department of Veterans Affairs?
Information regarding BRAVO, INC.'s specific track record with federal contracts, especially with the Department of Veterans Affairs, is not provided in the data. A thorough review would require accessing federal procurement databases like SAM.gov or FPDS to identify past performance, contract values, and any reported issues. Without this data, it's impossible to assess their reliability, past performance quality, or history of successful delivery on similar projects. This lack of readily available performance history is a gap in understanding the risk associated with this award.
How does the $5.8 million cost for 29 days of TORVAN REPAIR compare to market rates for similar services?
The provided data does not include specific details about the TORVAN equipment or the scope of repairs, making a direct market rate comparison challenging. However, $5.8 million for approximately one month of service is a significant expenditure. To assess value, one would need to benchmark this against contracts for specialized industrial equipment repair. Factors such as the complexity of the TORVAN system, the required expertise, and the urgency of the repair would influence market rates. The absence of competition suggests the government may not have secured the most cost-effective option, and a detailed cost analysis or comparison with industry benchmarks is warranted.
What are the primary risks associated with awarding a $5.8 million contract on a sole-source basis?
The primary risk of a sole-source award, especially for a contract valued at $5.8 million, is the potential for inflated pricing due to the lack of competition. Without bids from multiple vendors, the government loses the leverage to negotiate the best possible price. Other risks include a reduced incentive for the sole-source provider to perform efficiently or maintain high quality, as there are no competitors to lose business to. Furthermore, it raises questions about whether the government adequately explored all available sources or if there were legitimate justifications for bypassing the competitive process. This can lead to inefficient use of taxpayer funds.
What is the expected effectiveness of the TORVAN REPAIR services under this contract for the VA?
The expected effectiveness of the TORVAN REPAIR services hinges on the successful completion of the repairs by BRAVO, INC. within the specified 29-day period and according to the contract's technical requirements. The primary goal is to restore the functionality of the TORVAN equipment, thereby ensuring the continuity of VA operations that rely on this equipment. The effectiveness will be measured by whether the repairs meet performance standards and resolve the underlying issues. However, the sole-source nature of the award introduces a risk that the most effective or efficient repair solution might not have been procured if competition had been pursued.
What are the historical spending patterns for TORVAN REPAIR services by the Department of Veterans Affairs?
Historical spending data for TORVAN REPAIR services by the Department of Veterans Affairs is not included in the provided information. To understand historical patterns, one would need to analyze past contracts for similar repair services, noting the frequency, duration, and total expenditure over several fiscal years. This analysis would reveal whether this $5.8 million award represents an increase or decrease in spending, whether such services are typically procured competitively or sole-source, and the average cost per repair. Without this context, it's difficult to assess if this particular award aligns with or deviates from past VA procurement practices for this type of service.
What specific justifications were provided for awarding this contract as sole-source instead of through full and open competition?
The provided data indicates the contract was 'NOT COMPETED' and awarded as a 'PURCHASE ORDER,' strongly suggesting a sole-source or limited competition scenario. However, the specific justifications for bypassing full and open competition are not detailed. Federal procurement regulations typically require agencies to document reasons such as urgency, unique capabilities of a single source, or lack of available sources. Without this documentation, it is impossible to ascertain the validity of the sole-source determination and whether it was in the government's best interest. This lack of transparency regarding justification is a significant concern.
Industry Classification
NAICS: Manufacturing › Commercial and Service Industry Machinery Manufacturing › Commercial and Service Industry Machinery Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1811 SE 5TH AVE, CAPE CORAL, FL, 33990
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $5,797
Exercised Options: $5,797
Current Obligation: $5,797
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-13
Current End Date: 2026-05-12
Potential End Date: 2026-05-12 00:00:00
Last Modified: 2026-04-10
More Contracts from Bravo, Inc.
- Electric Ambulance — $45.7K (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.)