VA awards $3.65M for ceiling lifts to Interior Fusion LLC, a single delivery order
Contract Overview
Contract Amount: $3,651,457 ($3.7M)
Contractor: Interior Fusion LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-09-20
End Date: 2025-11-30
Contract Duration: 802 days
Daily Burn Rate: $4.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: CEILING LIFTS
Place of Performance
Location: PINELLAS PARK, PINELLAS County, FLORIDA, 33781
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $3.7 million to INTERIOR FUSION LLC for work described as: CEILING LIFTS Key points: 1. The contract value of $3.65 million for ceiling lifts appears reasonable given the duration and scope. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is a firm-fixed-price delivery order, which helps manage cost certainty. 4. Performance is expected over 802 days, indicating a medium-term requirement. 5. The award is for surgical appliance and supplies manufacturing, a niche but essential sector. 6. The contractor, Interior Fusion LLC, is receiving a significant award for this specific need.
Value Assessment
Rating: good
The contract value of $3.65 million for ceiling lifts over 802 days (approximately 2.2 years) suggests a per diem cost of roughly $4,553. This figure needs to be benchmarked against similar VA or other federal agency contracts for ceiling lift systems. Without direct comparable data, it's difficult to definitively assess value for money, but the firm-fixed-price structure provides cost control. The award amount is substantial for a single delivery order, implying a significant quantity or high-spec equipment.
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 bids. This method generally fosters a competitive environment, potentially leading to better pricing and terms for the government. The data does not specify the number of bids received, which would provide further insight into the actual level of competition.
Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the potential for competitive pricing and ensures the government receives the best value by considering all available market options.
Public Impact
Veterans receiving care within VA facilities in Florida will benefit from improved mobility and accessibility. The contract delivers essential medical equipment (ceiling lifts) to enhance patient care and staff safety. The geographic impact is focused on Florida, where the VA facilities requiring these lifts are located. This contract supports the healthcare workforce by providing tools that can reduce physical strain on caregivers.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific bid count limits assessment of true competition intensity.
- No data provided on contractor's past performance or specific experience with this type of equipment.
- The duration of the contract (802 days) could lead to potential obsolescence of technology if not managed proactively.
Positive Signals
- Awarded under full and open competition, suggesting a robust bidding process.
- Firm-fixed-price contract type provides cost certainty for the government.
- The contract addresses a critical need for patient mobility and caregiver safety in VA facilities.
Sector Analysis
The healthcare equipment sector, specifically focusing on patient mobility and assistive devices, is a critical component of healthcare infrastructure. This contract falls under the broader category of medical supplies and equipment manufacturing. The market for ceiling lifts is driven by increasing demand for patient safety, caregiver ergonomics, and the aging population. Spending in this area is consistent across federal healthcare providers, including the VA, DoD, and other public health institutions.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The award went to Interior Fusion LLC, and without further information on their size status, it's unclear if they are a small business themselves.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers. Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified goods. Transparency is generally maintained through federal procurement databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- VA Medical Equipment Procurement
- Surgical and Medical Instrument Manufacturing
- Federal Healthcare Supply Chain
- Assistive Technology Contracts
Risk Flags
- Potential for contractor underperformance
- Risk of technology obsolescence
- Uncertainty regarding the number of bids received
Tags
healthcare, veterans-affairs, florida, medical-equipment, ceiling-lifts, full-and-open-competition, delivery-order, firm-fixed-price, surgical-appliance-and-supplies-manufacturing, medium-value-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $3.7 million to INTERIOR FUSION LLC. CEILING LIFTS
Who is the contractor on this award?
The obligated recipient is INTERIOR FUSION 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 $3.7 million.
What is the period of performance?
Start: 2023-09-20. End: 2025-11-30.
What is the track record of Interior Fusion LLC in fulfilling federal contracts, particularly for medical equipment?
Information regarding Interior Fusion LLC's specific track record with federal contracts, especially for medical equipment like ceiling lifts, is not detailed in the provided data. A thorough analysis would require examining their past performance ratings, any prior awards for similar equipment, and their history of on-time delivery and quality compliance. Without this data, it's challenging to assess their reliability and experience in fulfilling this specific $3.65 million contract. Further research into contract databases and performance reports would be necessary to provide a comprehensive answer on their contractor performance history.
How does the $3.65 million award for ceiling lifts compare to historical spending patterns for similar equipment by the VA?
The provided data indicates a single delivery order valued at $3.65 million for ceiling lifts with an 802-day duration. To compare this to historical spending, one would need to analyze the VA's procurement history for ceiling lifts over similar periods. This would involve looking at the number of contracts awarded, their values, durations, and the types of lifts procured. A $3.65 million award for a single order suggests a significant procurement, potentially for multiple facilities or a large quantity of high-end equipment. Benchmarking against average contract values and total annual spending on ceiling lifts by the VA would reveal if this award is an outlier, consistent, or indicative of a trend.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Primary risks for this contract include potential delays in delivery, equipment malfunction or defects, and the possibility of the technology becoming outdated before the contract's end date (November 2025). Given it's a firm-fixed-price contract, cost overruns are less of a risk for the government, but contractor performance failure is a concern. Mitigation strategies typically involve robust contract oversight by the VA's contracting officer, clear performance standards and acceptance criteria, and potentially performance bonds. The full and open competition aims to mitigate the risk of selecting an inexperienced or unreliable contractor. Regular progress reviews and site inspections would also be crucial.
How effective is the firm-fixed-price contract type in ensuring value for money for this specific ceiling lift procurement?
The firm-fixed-price (FFP) contract type is generally effective in ensuring value for money when the scope of work is well-defined and risks are understood, as is often the case with standard equipment like ceiling lifts. It shifts the risk of cost overruns to the contractor, incentivizing them to manage costs efficiently. For the VA, this means greater budget certainty. The value for money is realized if the competitive bidding process under full and open competition drives down the price to a level that reflects the market rate for the specified equipment and services. However, if the FFP price is set too high due to insufficient competition or poor negotiation, value for money could be compromised.
What is the potential impact of this contract on the market for ceiling lifts, particularly for smaller manufacturers?
This contract, valued at $3.65 million and awarded under full and open competition, could have a notable impact on the ceiling lift market. A large award like this can significantly boost the revenue and market share of the winning contractor, Interior Fusion LLC. For smaller manufacturers, it presents both challenges and opportunities. If Interior Fusion LLC is a large entity, it may increase competitive pressure. However, if the contract allows for subcontracting opportunities, smaller businesses could benefit. The fact that it was competed openly suggests that smaller firms had the chance to bid, but the award going to one entity means others did not secure this specific large order.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical 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: 7880 US HWY 19, PINELLAS PARK, FL, 33781
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $3,651,457
Exercised Options: $3,651,457
Current Obligation: $3,651,457
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79720D0040
IDV Type: FSS
Timeline
Start Date: 2023-09-20
Current End Date: 2025-11-30
Potential End Date: 2025-11-30 00:00:00
Last Modified: 2026-02-17
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.)