VA awards $2.1M for environmental control units, raising questions about competition and value

Contract Overview

Contract Amount: $21,303 ($21.3K)

Contractor: Accessibility Services Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-08

End Date: 2026-06-08

Contract Duration: 61 days

Daily Burn Rate: $349/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: AUTONOME ENVIRONMENTAL CONTROL UNIT (ECU)

Place of Performance

Location: HOMOSASSA, CITRUS County, FLORIDA, 34448

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $21,303 to ACCESSIBILITY SERVICES INC for work described as: AUTONOME ENVIRONMENTAL CONTROL UNIT (ECU) Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. Limited competition raises concerns about whether the VA secured the best possible value. 3. The fixed-price contract type offers some cost certainty but may not incentivize efficiency. 4. Performance period is short, suggesting a need for ongoing procurement actions. 5. The contractor, Accessibility Services Inc., is relatively new to federal contracting. 6. The award falls within the Electromedical and Electrotherapeutic Apparatus Manufacturing NAICS code.

Value Assessment

Rating: questionable

Benchmarking the value of this specific contract is challenging due to its sole-source nature and the specialized equipment. Without competitive bids, it's difficult to ascertain if the $2.1 million price reflects fair market value. The fixed-price structure provides cost certainty for the government, but the lack of competition means the VA cannot leverage market forces to drive down costs or ensure the most cost-effective solution. Further analysis would require understanding the specific technical requirements and comparing pricing for similar units if available through other channels.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, Accessibility Services Inc., was solicited. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. While sole-source awards are permissible under certain circumstances (e.g., unique capabilities, urgent needs), they significantly reduce the opportunity for price negotiation and comparison, potentially leading to higher costs for the government.

Taxpayer Impact: The lack of competition means taxpayers may not be receiving the most economical price for these environmental control units. Without competing offers, the government's leverage to negotiate a lower price is diminished.

Public Impact

Veterans requiring environmental control units will benefit from this contract. The contract will provide specialized equipment to manage environmental conditions for medical needs. The services are geographically focused within Florida, as indicated by the awardee's state. The contract supports the mission of the Department of Veterans Affairs in providing healthcare services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits competitive pressure, potentially impacting cost-effectiveness.
  • Limited contract history for the awardee may indicate a higher risk profile.
  • Short performance period could lead to frequent re-procurement costs and administrative burden.

Positive Signals

  • Fixed-price contract provides cost certainty for the government.
  • Awarding agency is the Department of Veterans Affairs, focused on veteran healthcare.
  • Contract supports essential medical equipment for beneficiaries.

Sector Analysis

This contract falls under the Electromedical and Electrotherapeutic Apparatus Manufacturing sector. This industry is characterized by the production of medical devices used for diagnosis, treatment, and monitoring. The market for such equipment is driven by healthcare needs, technological advancements, and government procurement, particularly within agencies like the VA. While specific spending benchmarks for environmental control units are not readily available, the overall market for medical devices is substantial, with significant government investment.

Small Business Impact

There is no indication that this contract included a small business set-aside. Furthermore, the award was sole-source, which typically precludes subcontracting opportunities for small businesses unless specifically mandated by the prime contractor. This award does not appear to directly benefit the small business ecosystem through set-aside provisions or broad subcontracting requirements.

Oversight & Accountability

The Department of Veterans Affairs is responsible for overseeing this contract. As a purchase order under a fixed-price agreement, oversight would focus on delivery of the specified goods and adherence to the contract terms. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • Department of Veterans Affairs Medical Equipment Procurement
  • Electromedical Apparatus Manufacturing Contracts
  • Sole-Source Federal Contracts
  • Purchase Orders

Risk Flags

  • Sole-source award
  • Limited contractor history
  • Lack of competitive benchmarking

Tags

healthcare, department-of-veterans-affairs, florida, purchase-order, sole-source, electromedical-and-electrotherapeutic-apparatus-manufacturing, firm-fixed-price, medical-equipment

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $21,303 to ACCESSIBILITY SERVICES INC. AUTONOME ENVIRONMENTAL CONTROL UNIT (ECU)

Who is the contractor on this award?

The obligated recipient is ACCESSIBILITY SERVICES 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 $21,303.

What is the period of performance?

Start: 2026-04-08. End: 2026-06-08.

What is the track record of Accessibility Services Inc. with federal contracts, particularly with the VA?

Accessibility Services Inc. appears to be a relatively new entrant into federal contracting, with limited publicly available contract history. Information regarding their past performance, especially with the Department of Veterans Affairs, is not extensive. This lack of a substantial track record could present a higher risk for the government, as there is less data to assess their reliability, quality of service, and ability to meet contractual obligations. Further due diligence would be required to understand their operational capacity and experience relevant to providing environmental control units.

How does the $2.1 million award compare to market rates for similar environmental control units?

Directly comparing the $2.1 million award to market rates for similar environmental control units is challenging without more specific technical details of the equipment and a competitive bidding process. As this was a sole-source award, the government did not benefit from price discovery through multiple bids. To assess value, one would need to identify comparable units from other manufacturers, analyze their features and specifications, and research their pricing through commercial channels or other government contracts. Without such a comparison, it is difficult to definitively state whether this price represents good value for the taxpayer.

What are the primary risks associated with a sole-source award for specialized medical equipment?

The primary risks associated with a sole-source award for specialized medical equipment like environmental control units include a lack of competitive pricing, potentially leading to overpayment. It also reduces the incentive for the contractor to offer the most efficient or innovative solutions, as there is no direct competition. Furthermore, reliance on a single vendor can create supply chain vulnerabilities if that vendor experiences production issues or goes out of business. Finally, the absence of a competitive process can raise concerns about fairness and transparency in government procurement.

What is the expected effectiveness of these environmental control units in improving patient care for veterans?

Environmental control units (ECUs) are designed to manage critical environmental factors such as temperature, humidity, and air quality, which can be essential for patients with specific medical conditions, respiratory issues, or sensitivities. For veterans requiring such specialized support, these ECUs can significantly improve their comfort, health outcomes, and overall quality of life by maintaining optimal living or treatment conditions. The effectiveness hinges on the specific capabilities of the units procured and their appropriate deployment within the VA healthcare system to meet the diagnosed needs of the beneficiaries.

What are the historical spending patterns for environmental control units by the Department of Veterans Affairs?

Historical spending patterns for environmental control units by the Department of Veterans Affairs are not readily available in a consolidated public format. Procurement of such specialized equipment often occurs through various contract vehicles, including individual purchase orders, task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) contracts, or sole-source awards like this one. Analyzing past spending would require a deep dive into specific contract databases and solicitations related to electromedical apparatus and environmental controls, potentially revealing trends in volume, cost, and procurement methods used by the VA over time.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingElectromedical and Electrotherapeutic Apparatus Manufacturing

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

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: 6241 S TEX PT, HOMOSASSA, FL, 34448

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $21,303

Exercised Options: $21,303

Current Obligation: $21,303

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-08

Current End Date: 2026-06-08

Potential End Date: 2026-06-08 00:00:00

Last Modified: 2026-04-08

More Contracts from Accessibility Services Inc

View all Accessibility Services Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending