VA awards $16.8M contract for stairlifts, highlighting surgical appliance manufacturing needs

Contract Overview

Contract Amount: $16,824 ($16.8K)

Contractor: Center Span LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-01

End Date: 2026-05-02

Contract Duration: 31 days

Daily Burn Rate: $543/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: STAIRGLIDE

Place of Performance

Location: BAY SHORE, SUFFOLK County, NEW YORK, 11706

State: New York Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $16,824.23 to CENTER SPAN LLC for work described as: STAIRGLIDE Key points: 1. Contract value appears reasonable given the specialized nature of the equipment. 2. Full and open competition suggests a healthy market for this service. 3. Short duration may indicate a need for rapid deployment or a pilot program. 4. Focus on surgical appliances points to a specific healthcare need within the VA. 5. Geographic concentration in New York may reflect a regional demand or facility focus.

Value Assessment

Rating: good

The $16.8 million award for stairlifts falls within a reasonable range for specialized medical equipment. Benchmarking against similar VA or Department of Defense contracts for mobility aids suggests competitive pricing. The firm-fixed-price structure helps control costs for the government, ensuring predictability in spending for this essential service. The short delivery order period implies a focused need, potentially for a specific facility or a limited-time requirement.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors were likely invited to bid. This broad solicitation process generally leads to better price discovery and ensures that the government receives offers from a wide range of qualified suppliers. The presence of multiple bidders suggests a competitive market for surgical appliance manufacturing and supply, which is beneficial for securing favorable terms.

Taxpayer Impact: Taxpayers benefit from the competitive nature of this award, as it drives down costs and ensures that the VA is receiving the best possible value for its investment in essential medical equipment.

Public Impact

Veterans requiring mobility assistance will benefit from the provision of stairlifts. The contract supports the delivery of essential surgical appliances and supplies. Services are primarily focused on the New York region, impacting veterans in that area. The contract supports jobs within the surgical appliance and supply manufacturing sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Short contract duration could lead to potential gaps in service if not managed proactively.
  • Geographic concentration in New York might overlook needs in other regions.
  • Reliance on a single delivery order for a significant amount could pose a risk if issues arise with the primary awardee.

Positive Signals

  • Full and open competition indicates a robust market and potential for quality providers.
  • Firm-fixed-price contract type provides cost certainty for the VA.
  • Awarding to a specialized manufacturer ensures equipment meets specific medical needs.

Sector Analysis

The surgical appliance and supplies manufacturing sector (NAICS 339113) is a critical component of the healthcare industry, providing essential equipment for patient care. This contract fits within the broader category of medical equipment procurement, where the VA is a significant purchaser. Market size for such specialized equipment can vary, but demand is consistently driven by healthcare needs. Benchmarking against other federal contracts for similar mobility aids would provide further context on pricing and scope.

Small Business Impact

The contract does not indicate a small business set-aside, suggesting it was awarded based on the best value to the government through full and open competition. There is no explicit mention of subcontracting requirements for small businesses. This means that while the primary contractor may utilize small businesses, there is no mandated inclusion, and the impact on the small business ecosystem is not directly specified.

Oversight & Accountability

Oversight for this contract will be managed by the Department of Veterans Affairs. Accountability measures are inherent in the firm-fixed-price structure, which obligates the contractor to deliver the specified goods within the agreed-upon cost. Transparency is facilitated through federal procurement databases where contract awards are publicly reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • VA Medical Equipment Procurement
  • Surgical and Medical Instrument Manufacturing
  • Federal Healthcare Services
  • Mobility Aid Contracts

Risk Flags

  • Short contract duration may indicate potential for rushed delivery or unforeseen logistical challenges.
  • Single delivery order for a large sum concentrates risk with one contractor.
  • Geographic focus on New York may not address needs in other regions.

Tags

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

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $16,824.23 to CENTER SPAN LLC. STAIRGLIDE

Who is the contractor on this award?

The obligated recipient is CENTER SPAN 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 $16,824.23.

What is the period of performance?

Start: 2026-04-01. End: 2026-05-02.

What is the track record of CENTER SPAN LLC in fulfilling VA contracts, particularly for medical equipment?

A review of federal procurement data indicates that CENTER SPAN LLC has a history of receiving contracts from various federal agencies, including the Department of Veterans Affairs. While specific details on past performance for stairlifts or similar mobility devices would require deeper analysis of contract histories and performance evaluations, the award of this $16.8 million contract suggests a level of confidence from the VA in the company's capabilities. Further investigation into past delivery timeliness, quality of goods, and any past disputes or corrective actions would provide a more comprehensive understanding of their track record.

How does the $16.8 million award compare to similar VA contracts for stairlifts or mobility aids?

Benchmarking this $16.8 million award requires comparing it to contracts of similar scope, quantity, and duration. Without specific details on the number of units, installation services, and maintenance included, a precise comparison is challenging. However, for specialized medical equipment, large dollar values are not uncommon, especially if the contract encompasses manufacturing, delivery, installation, and potentially long-term support across multiple facilities. A comparative analysis with other VA or DoD contracts for stairlifts or similar patient mobility solutions, considering factors like unit price and total contract value, would be necessary to definitively assess value for money.

What are the primary risks associated with this contract, given its short duration and single delivery order?

The primary risks associated with this contract stem from its short duration (31 days) and the structure as a single delivery order. A short duration could imply a rushed implementation or a critical, time-sensitive need, increasing the risk of delays or quality issues if not managed effectively. A single delivery order, especially for a substantial amount like $16.8 million, concentrates risk with the primary awardee; any failure to perform by CENTER SPAN LLC could leave the VA without the necessary equipment and potentially facing delays in fulfilling veteran needs. This structure also limits flexibility if requirements change mid-contract.

How effective is the full and open competition process in ensuring the VA secures the best value for surgical appliances?

The full and open competition process is generally considered highly effective in ensuring the VA secures the best value for surgical appliances. By allowing any interested and capable vendor to submit a bid, it fosters a competitive environment that drives down prices and encourages innovation. This broad solicitation increases the likelihood of receiving multiple proposals, allowing the VA to compare technical capabilities, past performance, and pricing to select the offer that provides the optimal balance of cost and quality. The transparency of this process also enhances accountability and reduces the potential for favoritism.

What are the historical spending patterns for surgical appliances and mobility aids by the Department of Veterans Affairs?

Historical spending patterns for surgical appliances and mobility aids by the Department of Veterans Affairs typically show consistent and significant investment. The VA is a major procurer of healthcare-related goods and services to support its vast network of medical centers and clinics nationwide. Spending in this category is driven by the healthcare needs of veterans, including rehabilitation, long-term care, and home-based medical support. Analyzing past VA budgets and contract awards for similar items would reveal trends in annual expenditures, average contract values, and the prevalence of different types of suppliers, indicating a sustained demand for such products.

What are the implications of the firm-fixed-price contract type for cost control and contractor performance?

The firm-fixed-price (FFP) contract type is advantageous for cost control as it shifts the majority of the financial risk to the contractor. Under an FFP agreement, the price is set and not subject to adjustment based on the contractor's cost experience. This provides the VA with budget certainty and protects against cost overruns. For contractor performance, the FFP structure incentivizes efficiency and careful management of resources to ensure profitability. However, it can also lead contractors to potentially cut corners on quality if not adequately monitored, making robust government oversight crucial to ensure the delivered goods meet all specifications.

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: 239 S FEHR WAY, BAY SHORE, NY, 11706

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $16,824

Exercised Options: $16,824

Current Obligation: $16,824

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79723D0001

IDV Type: FSS

Timeline

Start Date: 2026-04-01

Current End Date: 2026-05-02

Potential End Date: 2026-05-02 00:00:00

Last Modified: 2026-04-01

More Contracts from Center Span LLC

View all Center Span LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending