VA awards $1.27M for pipette calibration, highlighting need for specialized lab services
Contract Overview
Contract Amount: $12,720 ($12.7K)
Contractor: Florida Pipette Calibration LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-04-01
End Date: 2027-03-31
Contract Duration: 729 days
Daily Burn Rate: $17/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: PIPETTE CALIBRATION SERVICES
Place of Performance
Location: GAINESVILLE, ALACHUA County, FLORIDA, 32608
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $12,720 to FLORIDA PIPETTE CALIBRATION LLC for work described as: PIPETTE CALIBRATION SERVICES Key points: 1. Contract ensures critical lab equipment accuracy for patient care. 2. Competition level suggests a potentially efficient price discovery process. 3. Fixed-price contract shifts performance risk to the contractor. 4. Duration of 729 days indicates a stable, ongoing need. 5. Geographic concentration in Florida may limit broader market participation. 6. Small business participation was not a stated requirement.
Value Assessment
Rating: good
The award of $1.27 million for pipette calibration services appears reasonable given the 2-year duration and the specialized nature of the work. While direct comparisons are difficult without more granular data on service scope and frequency, the fixed-price structure is generally favorable for the government. The benchmark of 17 bids suggests a healthy level of interest, which typically correlates with competitive pricing. Further analysis would involve benchmarking per-unit calibration costs against industry standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a full and open competition for procurements below a certain threshold. The presence of 17 bids suggests robust market interest and a competitive environment. This level of competition is generally positive for price discovery, as it allows the agency to select the most advantageous offer based on price and other factors.
Taxpayer Impact: A competitive process with multiple bidders helps ensure that taxpayer dollars are used efficiently by driving down prices and encouraging value for money.
Public Impact
Veterans receiving care at VA facilities benefit from accurate diagnostic testing. Essential laboratory services are maintained, supporting clinical decision-making. The contract's impact is primarily within Florida, supporting VA medical centers in the state. The contract supports specialized technical roles within the calibration services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited geographic scope may exclude highly qualified vendors outside Florida.
- Lack of specific performance metrics in the provided data makes outcome assessment difficult.
Positive Signals
- Competitive bidding process (17 offers) indicates potential for good value.
- Firm fixed-price contract structure provides cost certainty for the government.
- Contract duration suggests a stable and predictable need for services.
Sector Analysis
Pipette calibration is a critical component of laboratory operations across various sectors, including healthcare, research, and manufacturing. The market for these services is driven by the need for accuracy and compliance with regulatory standards. While specific market size data for federal pipette calibration is not readily available, the broader laboratory testing and services sector is substantial. This contract fits within the government's broader spending on medical equipment maintenance and laboratory support.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside requirement for this contract. While 17 bids were received, it is unclear from the data how many were from small businesses. Future analysis could explore subcontracting opportunities for small businesses within this contract to ensure broader economic impact.
Oversight & Accountability
The contract is a purchase order issued by the Department of Veterans Affairs, suggesting it falls under standard procurement oversight. The firm fixed-price nature provides cost control. Accountability would be managed through performance monitoring against the terms of the purchase order. Transparency is facilitated by the public availability of contract award data.
Related Government Programs
- Medical Equipment Maintenance Services
- Laboratory Testing Services
- Veterans Health Administration Operations
- Federal Supply Schedule (FSS) for Medical Equipment
Risk Flags
- Potential for limited geographic reach impacting competition.
- Lack of detailed performance metrics in award data.
- Need to verify contractor's past performance on similar federal contracts.
Tags
healthcare, department-of-veterans-affairs, florida, purchase-order, competed-under-sap, laboratory-services, medical-equipment-calibration, firm-fixed-price, mid-size-contract, full-and-open-competition
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $12,720 to FLORIDA PIPETTE CALIBRATION LLC. PIPETTE CALIBRATION SERVICES
Who is the contractor on this award?
The obligated recipient is FLORIDA PIPETTE CALIBRATION 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 $12,720.
What is the period of performance?
Start: 2025-04-01. End: 2027-03-31.
What is the historical spending pattern for pipette calibration services by the Department of Veterans Affairs?
Analyzing historical spending on pipette calibration services by the VA is crucial for understanding trends and identifying potential anomalies. Without specific historical data for this exact service category, we can infer general patterns from broader medical equipment maintenance and laboratory support contracts. Federal agencies, particularly the VA, consistently allocate significant funds to ensure the operational readiness and accuracy of medical equipment. This includes routine calibration, maintenance, and repair services. Spending can fluctuate based on equipment lifecycle, new facility openings, and changes in diagnostic needs. A detailed historical analysis would involve querying federal procurement databases for similar contracts over the past 5-10 years to identify average contract values, durations, and the number of bidders.
How does the per-unit cost of pipette calibration in this contract compare to industry benchmarks?
Determining the precise per-unit cost for pipette calibration within this $1.27 million contract requires more granular data on the number of pipettes calibrated, the frequency of calibration, and the types of pipettes involved. However, we can establish a framework for comparison. Industry benchmarks for pipette calibration can vary significantly based on factors such as pipette type (e.g., single-channel, multi-channel, digital, manual), required accuracy level (e.g., ISO 17025 accredited), and whether on-site or mail-in services are utilized. Typically, per-calibration costs might range from $20 to $100 or more. Given the contract's total value and 2-year duration, if it covers thousands of calibrations, the average per-unit cost would need to fall within a competitive range. A detailed benchmark would involve obtaining quotes from multiple commercial calibration providers for a similar scope of services.
What are the key performance indicators (KPIs) used to evaluate the contractor's performance?
While the provided data does not explicitly list Key Performance Indicators (KPIs) for this specific contract, standard KPIs for pipette calibration services typically focus on accuracy, timeliness, and compliance. These would likely include: 1. Calibration Accuracy: Ensuring that pipettes meet or exceed specified accuracy tolerances after calibration, often verified through post-calibration testing and certification. 2. Turnaround Time: Meeting agreed-upon timelines for calibration, especially for critical equipment, to minimize downtime. 3. Documentation and Certification: Providing accurate and complete calibration certificates that meet regulatory and internal VA standards. 4. Compliance: Adherence to relevant standards (e.g., ISO 17025) and VA-specific protocols. 5. Customer Satisfaction: Feedback from the VA facilities utilizing the services. Performance would be monitored through regular reviews and audits by the contracting officer's representative (COR).
What is the track record of Florida Pipette Calibration LLC in performing similar federal contracts?
Assessing the track record of Florida Pipette Calibration LLC is essential for evaluating the risk associated with this award. A review of federal procurement databases (such as SAM.gov or FPDS) would reveal past performance on government contracts. Key aspects to examine include the types and values of previous contracts, their duration, the agencies served, and any reported performance issues or commendations. For a company specializing in pipette calibration, prior experience with federal agencies, particularly the Department of Defense or other health-related bodies like the VA, would be a strong positive indicator. Information on contract completion, on-time delivery, and adherence to quality standards in past engagements would provide confidence in their ability to meet the requirements of this new purchase order.
What are the potential risks associated with this contract, and how are they mitigated?
Potential risks for this pipette calibration contract include: 1. Performance Risk: The contractor may fail to meet accuracy standards or deadlines, impacting laboratory operations. Mitigation: The firm fixed-price contract and competitive bidding process incentivize performance. The VA would likely monitor performance closely through a COR, with clear remedies for deficiencies outlined in the purchase order. 2. Cost Overruns (less likely with FFP): While less common in fixed-price contracts, unforeseen issues could arise. Mitigation: The initial competitive pricing and clear scope help manage this. 3. Contractor Viability: The long-term financial stability or operational capacity of the contractor could be a concern. Mitigation: Pre-award vetting and ongoing performance monitoring address this. 4. Scope Creep: Unclear requirements could lead to expanded work not covered by the price. Mitigation: A well-defined SOW and clear communication channels are crucial.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Testing Laboratories and Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C24825Q0387
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 21910 DEER POINTE XING, BRADENTON, FL, 34202
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $32,710
Exercised Options: $12,720
Current Obligation: $12,720
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-04-01
Current End Date: 2027-03-31
Potential End Date: 2030-03-31 00:00:00
Last Modified: 2026-04-01
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.)