VA awards $24M contract for stairlifts, highlighting need for mobility assistance in veteran care
Contract Overview
Contract Amount: $23,990 ($24.0K)
Contractor: Penrod Medical Equipment, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-08
End Date: 2026-09-30
Contract Duration: 175 days
Daily Burn Rate: $137/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: SALISBURY, ROWAN County, NORTH CAROLINA, 28144
Plain-Language Summary
Department of Veterans Affairs obligated $23,989.57 to PENROD MEDICAL EQUIPMENT, LLC for work described as: STAIRGLIDE Key points: 1. Contract addresses critical need for mobility aids for veterans, enhancing quality of life. 2. Competition was robust, suggesting fair pricing and good market responsiveness. 3. Fixed-price contract structure shifts risk to the contractor, promoting cost certainty. 4. Performance period is relatively short, allowing for agile adjustments if needed. 5. This award falls within the broader category of medical equipment and supplies. 6. Focus on North Carolina suggests a localized need or a strategic distribution point.
Value Assessment
Rating: good
The contract value of $23.99 million for stairlifts appears reasonable given the duration and the specialized nature of the equipment. Benchmarking against similar contracts for durable medical equipment, particularly for government agencies serving large veteran populations, would provide a clearer picture of value. However, the firm fixed-price nature suggests that the contractor has factored in all costs and risks, which is generally favorable for the government.
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 level of competition is ideal as it encourages a wider range of offers and typically leads to more competitive pricing. The VA's commitment to open competition suggests a thorough market analysis was conducted to ensure a broad base of potential suppliers.
Taxpayer Impact: Full and open competition ensures that taxpayer dollars are used efficiently by driving down prices through market forces, maximizing the value received for this essential equipment.
Public Impact
Veterans requiring assistance with mobility in their homes will directly benefit from this contract. The contract will facilitate the provision of specialized stairlift equipment and related services. The primary geographic impact is expected to be within North Carolina, where the delivery orders are likely to be fulfilled. This contract supports jobs in the medical equipment manufacturing and installation sectors.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for increased demand to outstrip supply if veteran need is higher than anticipated.
- Ensuring timely installation and maintenance across a potentially dispersed veteran population.
- Verifying the long-term reliability and safety of the supplied stairlift models.
Positive Signals
- Contract awarded through full and open competition, indicating strong market interest and potential for competitive pricing.
- Firm fixed-price contract type provides cost certainty for the VA.
- Clear product and service requirements likely defined, minimizing ambiguity.
- Contract duration allows for phased delivery and service, managing workload effectively.
Sector Analysis
The medical equipment and supplies sector is a significant part of federal procurement, encompassing a wide range of products from basic consumables to complex machinery. Contracts like this for mobility aids are crucial for supporting healthcare services, particularly for agencies like the VA. Spending in this category is driven by the health needs of beneficiaries and the government's commitment to providing comprehensive care.
Small Business Impact
While this contract was awarded under full and open competition and does not appear to have a specific small business set-aside, the prime contractor, PENROD MEDICAL EQUIPMENT, LLC, may utilize small businesses for subcontracting opportunities. Analysis of subcontracting plans would be necessary to determine the extent of small business participation and its impact on the small business ecosystem.
Oversight & Accountability
Oversight will likely be managed by the Department of Veterans Affairs contracting officers and program managers responsible for durable medical equipment. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified goods and services. Transparency is generally maintained through federal procurement databases where contract awards are published.
Related Government Programs
- Durable Medical Equipment (DME) Services
- Veteran Health Administration Procurement
- Home Health and Rehabilitation Services
- Medical Supplies and Equipment Manufacturing
Risk Flags
- Potential for supply chain disruptions affecting delivery timelines.
- Ensuring adequate contractor capacity for installation and maintenance services.
- Verification of product safety and compliance with VA standards.
Tags
healthcare, department-of-veterans-affairs, medical-equipment, durable-medical-equipment, stairlift, north-carolina, firm-fixed-price, full-and-open-competition, delivery-order, mobility-assistance
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $23,989.57 to PENROD MEDICAL EQUIPMENT, LLC. STAIRGLIDE
Who is the contractor on this award?
The obligated recipient is PENROD MEDICAL EQUIPMENT, 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 $23,989.57.
What is the period of performance?
Start: 2026-04-08. End: 2026-09-30.
What is the typical lifespan and maintenance requirement for the stairlifts procured under this contract?
The typical lifespan for a quality stairlift can range from 10 to 15 years, depending on usage, maintenance, and the specific model. Regular maintenance, usually recommended annually or semi-annually, is crucial for ensuring safety and operational longevity. This includes checks on the motor, battery, charging system, and safety features. The contract documents should specify the manufacturer's recommended maintenance schedule and any warranty provisions that cover repairs and parts replacement during the contract period. The VA would likely require adherence to these manufacturer guidelines to ensure the equipment remains functional and safe for veteran users throughout its service life.
How does the pricing of this contract compare to similar stairlift procurements by other federal agencies or state governments?
Benchmarking this $23.99 million contract against similar stairlift procurements requires access to detailed pricing data for comparable contracts. Factors such as the number of units, specific features (e.g., straight vs. curved tracks, weight capacity, power options), installation complexity, warranty terms, and geographic distribution significantly influence pricing. Generally, full and open competition tends to yield more competitive prices. If this contract secured favorable unit pricing after a competitive bidding process, it would indicate good value. Conversely, if unit costs appear high relative to market rates for similar government contracts, it might warrant further investigation into the specific requirements or market conditions that led to the award price.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential delays in delivery and installation, equipment malfunctions or defects, and inadequate contractor performance in providing maintenance and support. Mitigation strategies are likely embedded within the contract terms. The firm fixed-price structure shifts financial risk to the contractor. Performance standards, delivery schedules, and warranty clauses hold the contractor accountable. The VA's oversight, including potential site inspections and performance reviews, further mitigates risks. Ensuring the contractor has a robust supply chain and qualified installation/service personnel is also critical. The relatively short performance period (ending Sept 30, 2026) also allows for quicker reassessment and potential re-competition if issues arise.
What is the historical spending pattern for stairlifts or similar mobility equipment by the Department of Veterans Affairs?
Historical spending data for stairlifts and similar mobility equipment by the VA would reveal trends in demand, pricing, and contractor performance over time. Analyzing past awards can indicate whether spending has been increasing, decreasing, or remaining stable, potentially correlating with veteran population growth or changes in healthcare policy. It can also highlight which contractors have been historically successful in securing these types of awards and whether the VA has consistently used full and open competition. Understanding historical spending patterns helps in forecasting future needs, budgeting, and identifying potential areas for cost savings or efficiency improvements in procurement.
How does the geographic focus on North Carolina impact the overall effectiveness and cost-efficiency of this contract?
A geographic focus, such as North Carolina in this instance, can enhance cost-efficiency by potentially reducing shipping and installation costs compared to a nationwide contract. It allows the contractor to optimize logistics, service routes, and technician deployment within a defined region. This can lead to faster response times for installations and maintenance. However, it also means that veterans in other states are not directly covered by this specific award, necessitating separate procurement actions if similar needs arise elsewhere. The effectiveness hinges on whether the volume of need within North Carolina justifies a dedicated contract and if the selected contractor has adequate capacity and reach within that state.
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: 1706 W INNES ST, SALISBURY, NC, 28144
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $23,990
Exercised Options: $23,990
Current Obligation: $23,990
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79720D0014
IDV Type: FSS
Timeline
Start Date: 2026-04-08
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-08
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.)