VA awards $2M for surgical integration systems to Skytron LLC, impacting surgical appliance manufacturing
Contract Overview
Contract Amount: $2,024,363 ($2.0M)
Contractor: Skytron LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-08-31
End Date: 2027-02-02
Contract Duration: 520 days
Daily Burn Rate: $3.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: PURCHASE OF SURGICAL LIGHTS, BOOMS, DISPLAYS, AND INTEGRATION SYSTEM AND INSTALL
Place of Performance
Location: MEMPHIS, SHELBY County, TENNESSEE, 38105
Plain-Language Summary
Department of Veterans Affairs obligated $2.0 million to SKYTRON LLC for work described as: PURCHASE OF SURGICAL LIGHTS, BOOMS, DISPLAYS, AND INTEGRATION SYSTEM AND INSTALL Key points: 1. The VA is procuring a critical surgical integration system, highlighting the need for advanced medical technology. 2. Skytron LLC is the sole awardee, raising questions about competition and potential price discovery. 3. The contract's value of $2M presents a moderate financial commitment for the VA. 4. The sector focus is on surgical appliance and supplies manufacturing, a specialized area.
Value Assessment
Rating: fair
The contract value of $2,043,628.30 for a surgical integration system appears reasonable given the specialized nature of the equipment. Benchmarking against similar complex medical system procurements would be necessary for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded sole-source, indicating a lack of competition. This procurement method may limit price discovery and potentially lead to higher costs for the government.
Taxpayer Impact: The sole-source nature of this award means taxpayers may not have benefited from competitive pricing, potentially increasing the overall cost of this acquisition.
Public Impact
Veterans will benefit from upgraded surgical facilities, potentially improving patient care and surgical outcomes. The award supports a specific manufacturer in the surgical equipment sector. This investment in medical technology reflects the VA's commitment to modernizing healthcare infrastructure.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition
- Potential for inflated pricing due to lack of competition
- Limited transparency on pricing benchmarks
Positive Signals
- Addresses critical need for surgical technology
- Supports modernization of VA facilities
Sector Analysis
The Department of Veterans Affairs is procuring a surgical integration system, falling under the broader category of surgical appliance and supplies manufacturing. Spending in this sector is driven by healthcare needs and technological advancements in medical equipment.
Small Business Impact
The awardee, Skytron LLC, is not identified as a small business. There is no indication in the provided data that small businesses were involved in this procurement, either as prime contractors or subcontractors.
Oversight & Accountability
The Department of Veterans Affairs is responsible for overseeing this contract. The sole-source nature warrants close monitoring to ensure fair pricing and effective delivery of the integrated system.
Related Government Programs
- Surgical Appliance and Supplies Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for price inflation
- Limited transparency on justification
- Need for post-award value assessment
Tags
surgical-appliance-and-supplies-manufact, department-of-veterans-affairs, tn, purchase-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.0 million to SKYTRON LLC. PURCHASE OF SURGICAL LIGHTS, BOOMS, DISPLAYS, AND INTEGRATION SYSTEM AND INSTALL
Who is the contractor on this award?
The obligated recipient is SKYTRON 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 $2.0 million.
What is the period of performance?
Start: 2025-08-31. End: 2027-02-02.
What is the justification for the sole-source award, and were alternative solutions or vendors considered?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or urgent needs where only one vendor can meet the requirements. Without further documentation, it's unclear if alternatives were thoroughly explored or if specific circumstances necessitated bypassing a competitive process. This lack of competition raises concerns about potential overpayment and reduced value for taxpayer funds.
How does the pricing of this surgical integration system compare to similar systems procured competitively by other federal agencies or large healthcare systems?
Benchmarking this $2M sole-source award against competitive procurements is crucial for assessing value. Without access to comparative pricing data for similar systems, it's difficult to determine if the VA received a fair price. A lack of competitive bidding often leads to higher costs, making it imperative to understand the specific features and market conditions justifying this price point.
What are the expected improvements in surgical efficiency or patient outcomes resulting from this new integration system?
The primary goal of investing in a surgical integration system is to enhance surgical workflows, improve visualization, and potentially lead to better patient outcomes. Quantifying these improvements is key to evaluating the effectiveness of the expenditure. The VA should establish clear metrics to track the system's impact on surgical team performance and patient care post-installation.
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: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5085 CORPORATE EXCHANGE BLVD SE, GRAND RAPIDS, MI, 49512
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,024,363
Exercised Options: $2,024,363
Current Obligation: $2,024,363
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-08-31
Current End Date: 2027-02-02
Potential End Date: 2027-02-02 00:00:00
Last Modified: 2026-02-24
More Contracts from Skytron LLC
- Skytron Ascend IP Video/Audio — $199.2K (Department of Veterans Affairs)
- OR Boom and Light — $194.4K (Department of Veterans Affairs)
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.)