VA awards $493K for vehicle modifications to Adaptive Driving Solutions, Inc

Contract Overview

Contract Amount: $49,340 ($49.3K)

Contractor: Adaptive Driving Solutions, Inc.

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-03

End Date: 2026-08-02

Contract Duration: 121 days

Daily Burn Rate: $408/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: VEHICLE MODIFICATION

Place of Performance

Location: AUGUSTA, COLUMBIA County, GEORGIA, 30907

State: Georgia Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $49,340 to ADAPTIVE DRIVING SOLUTIONS, INC. for work described as: VEHICLE MODIFICATION Key points: 1. Contract awarded for vehicle modifications, a niche but essential service for veterans. 2. Sole-source award suggests limited market options or specific contractor capabilities. 3. Fixed-price contract type aims to control costs, but requires careful scope management. 4. Short performance period of 121 days indicates a focused, immediate need. 5. Contractor's primary NAICS code is Surgical Appliance and Supplies Manufacturing. 6. Awarded by the Department of Veterans Affairs, aligning with its mission to support veterans.

Value Assessment

Rating: fair

The contract value of $493,400 for vehicle modifications appears to be within a reasonable range for specialized adaptive equipment. However, without specific details on the scope of modifications (e.g., number of vehicles, complexity of adaptations), a direct comparison to similar contracts is challenging. The firm fixed-price structure provides cost certainty for the VA, but the absence of competition raises questions about whether the best possible price was achieved. Benchmarking against industry standards for adaptive vehicle modifications would be beneficial to fully assess value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under SAP (Simplified Acquisition Procedures), indicating it was likely awarded on a sole-source basis. This approach is typically used when only one responsible source is available or when the agency determines it is in the public interest to award without competition. The lack of a competitive bidding process means that multiple vendors did not have the opportunity to offer their services, potentially limiting price discovery and innovation.

Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers if competition would have driven prices down. It also limits opportunities for other qualified businesses to secure government contracts.

Public Impact

Veterans requiring adaptive driving solutions will benefit from modified vehicles. Services delivered include modifications to enhance vehicle accessibility and usability for disabled veterans. The contract has a geographic impact within Georgia (SN: GEORGIA), where the contractor is located. Potential workforce implications for the contractor's employees involved in the modification process.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to higher costs for taxpayers.
  • Sole-source award limits opportunities for other small businesses in this sector.
  • Scope creep could increase costs if not managed tightly under a fixed-price contract.

Positive Signals

  • Addresses a critical need for adaptive vehicle modifications for veterans.
  • Firm fixed-price contract provides cost certainty for the agency.
  • Contract awarded to a company with a specific NAICS code related to surgical appliances, suggesting specialized expertise.

Sector Analysis

The market for adaptive driving solutions is a specialized segment within the broader automotive and assistive technology sectors. This contract falls under the manufacturing of surgical appliances and supplies, indicating a focus on equipment that aids individuals with disabilities. While specific market size data for vehicle modifications for veterans is not readily available, the Department of Veterans Affairs consistently procures such services to support its beneficiaries. Comparable spending benchmarks would typically involve analyzing other VA contracts or Department of Defense contracts for similar adaptive equipment.

Small Business Impact

This contract was not set aside for small businesses, and the awardee, ADAPTIVE DRIVING SOLUTIONS, INC., is not explicitly identified as a small business in the provided data. The sole-source nature of the award also means there were no subcontracting opportunities specifically mandated for small businesses through a competitive process. This contract does not appear to directly support the small business ecosystem through set-asides or prime contracting.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting officers and program managers. As a purchase order with a firm fixed-price structure, the primary accountability measure is adherence to the agreed-upon scope and delivery timeline. Transparency is limited due to the sole-source nature of the award. There is no specific mention of an Inspector General's jurisdiction for this particular award, though the VA OIG generally oversees all VA spending.

Related Government Programs

  • VA Vehicle Modification Programs
  • Adaptive Equipment Grants for Veterans
  • Assistive Technology Procurement
  • Veterans Health Administration Services

Risk Flags

  • Sole-source award may indicate limited competition.
  • Lack of detailed scope makes value assessment difficult.
  • Contractor's specific experience with VA vehicle modifications requires verification.

Tags

vehicle-modification, adaptive-driving, veterans-affairs, department-of-veterans-affairs, purchase-order, firm-fixed-price, sole-source, surgical-appliance-and-supplies-manufacturing, georgia, small-business-not-specified

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $49,340 to ADAPTIVE DRIVING SOLUTIONS, INC.. VEHICLE MODIFICATION

Who is the contractor on this award?

The obligated recipient is ADAPTIVE DRIVING SOLUTIONS, 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 $49,340.

What is the period of performance?

Start: 2026-04-03. End: 2026-08-02.

What is the specific scope of vehicle modifications to be performed under this contract?

The provided data does not detail the specific scope of vehicle modifications. It indicates the contract is for 'VEHICLE MODIFICATION' and falls under NAICS code 339113 (Surgical Appliance and Supplies Manufacturing). Typically, such modifications for veterans might include hand controls, wheelchair lifts, lowered floors, swivel seats, or other adaptations to enable disabled veterans to drive or be transported safely. The firm fixed-price nature suggests a defined scope was agreed upon, but the specifics are not publicly detailed in this summary.

How does the $493,400 contract value compare to similar vehicle modification contracts awarded by the VA or other agencies?

Directly comparing the $493,400 value without knowing the exact scope (e.g., number of vehicles, type of modifications) is difficult. However, the Department of Veterans Affairs does award numerous contracts for adaptive vehicle modifications, often ranging from tens of thousands to hundreds of thousands of dollars, depending on the complexity and scale. For instance, contracts for installing specialized equipment like wheelchair lifts or advanced driving controls can be substantial. The firm fixed-price nature here suggests a defined package of work was priced at this amount. A comprehensive benchmark would require analyzing contract line item details for similar modifications across multiple awards.

What are the potential risks associated with a sole-source award for vehicle modifications?

The primary risk of a sole-source award is the potential for inflated pricing due to the lack of competitive pressure. Without competing bids, the government may not secure the most cost-effective solution. Additionally, sole-source awards can limit innovation by excluding other qualified vendors who might offer superior or more cost-efficient methods. There's also a risk that the chosen contractor may not have the most up-to-date technology or best practices if alternatives were not explored. This can also set a precedent for future sole-source awards if not properly justified.

What is the track record of Adaptive Driving Solutions, Inc. in performing government contracts, particularly for the VA?

Information regarding the specific track record of ADAPTIVE DRIVING SOLUTIONS, INC. with government contracts, especially for the VA, is not provided in the summary data. To assess their track record, one would need to examine contract databases for past performance ratings, on-time delivery metrics, and any history of disputes or contract modifications on previous federal awards. Their presence in the Surgical Appliance and Supplies Manufacturing sector (NAICS 339113) suggests a potential alignment with providing specialized equipment, but their specific experience with vehicle modifications for government clients would require further investigation.

What are the historical spending patterns for vehicle modifications by the Department of Veterans Affairs?

Historical spending patterns for vehicle modifications by the Department of Veterans Affairs are substantial, reflecting the ongoing need to support veterans with disabilities. The VA utilizes various contract vehicles, including grants and direct procurements, to fund these modifications. Annual spending can fluctuate based on appropriations, veteran demand, and program priorities. While specific aggregate figures for 'vehicle modifications' as a distinct category are not provided here, the VA's overall budget for medical services and prosthetics/sensory aids indicates a significant and consistent investment in equipment and services designed to improve the quality of life and mobility for its beneficiaries.

How does the performance period of 121 days impact the assessment of this contract?

The short performance period of 121 days (approximately 4 months) suggests that this contract addresses an immediate or time-sensitive need for vehicle modifications. This could be for a specific cohort of veterans or a particular initiative with a defined timeline. For the VA, a shorter period can mean quicker delivery of essential services to veterans. For the contractor, it implies a need for rapid mobilization and execution. It also reduces the window for potential cost overruns or scope creep compared to longer-term contracts, but necessitates efficient project management from the outset.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical Appliance and Supplies Manufacturing

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

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Adaptive Driving Solutions Inc.

Address: 3585 RIVERWATCH PKWY, MARTINEZ, GA, 30907

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $49,340

Exercised Options: $49,340

Current Obligation: $49,340

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-03

Current End Date: 2026-08-02

Potential End Date: 2026-08-02 00:00:00

Last Modified: 2026-04-06

More Contracts from Adaptive Driving Solutions, Inc.

View all Adaptive Driving Solutions, Inc. federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending