VA awards $200,640 for vertical platform lifts, highlighting accessibility needs

Contract Overview

Contract Amount: $20,064 ($20.1K)

Contractor: Accessibility Solutions Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-03-31

End Date: 2026-04-30

Contract Duration: 30 days

Daily Burn Rate: $669/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: VPL VERTICAL PLATFORM LIFT

Place of Performance

Location: LEXINGTON, FAYETTE County, KENTUCKY, 40502

State: Kentucky Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $20,064 to ACCESSIBILITY SOLUTIONS INC for work described as: VPL VERTICAL PLATFORM LIFT Key points: 1. Contract awarded for vertical platform lifts to enhance accessibility. 2. Sole-source award suggests limited market options or specific contractor capabilities. 3. Fixed-price contract provides cost certainty for the government. 4. Contract duration of 30 months indicates a medium-term need. 5. Awarded by the Department of Veterans Affairs, focusing on veteran support. 6. The North American Industry Classification System (NAICS) code 339113 points to surgical appliance manufacturing, potentially including assistive devices.

Value Assessment

Rating: fair

The contract value of $200,640 for vertical platform lifts appears reasonable for a 30-month period, especially considering potential customization and installation costs. Without specific details on the lift's features, quantity, or installation complexity, a direct comparison to similar contracts is challenging. However, the fixed-price nature of the award suggests the contractor bears the risk of cost overruns, which can be a positive indicator for value if the price is competitive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded as a sole-source purchase order. This indicates that the Department of Veterans Affairs likely identified a single source for these specific vertical platform lifts, possibly due to unique specifications, existing infrastructure compatibility, or a determination that only one vendor could meet the requirement. The lack of competition means there was no opportunity for price discovery through multiple bids, which could potentially lead to a higher price than if it were competed.

Taxpayer Impact: For taxpayers, a sole-source award means there's a reduced likelihood of achieving the lowest possible price through competitive bidding. This necessitates a strong justification for the sole-source determination to ensure public funds are used efficiently.

Public Impact

Veterans requiring enhanced mobility and accessibility will benefit from the installation of these vertical platform lifts. The services delivered include the provision and likely installation of specialized equipment. The geographic impact is focused on facilities within Kentucky (ST: KY, SN: KENTUCKY), where the Department of Veterans Affairs operates. The contract may have implications for the workforce involved in the manufacturing, delivery, and installation of these lifts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may result in a higher price than a competed contract.
  • Limited transparency into the justification for sole-source award.
  • Potential for vendor lock-in if the lifts require proprietary maintenance or parts.

Positive Signals

  • Addresses critical accessibility needs for veterans.
  • Fixed-price contract provides budget certainty.
  • Awarded by a major federal agency with a clear mission to serve veterans.

Sector Analysis

The market for accessibility equipment, including vertical platform lifts, is a specialized segment within the broader healthcare and construction industries. This contract fits within the assistive technology sector, which is driven by regulatory requirements (like the Americans with Disabilities Act) and the need to improve quality of life for individuals with mobility impairments. Spending in this area is often tied to specific agency mandates for facility upgrades and compliance. Comparable spending benchmarks would typically be found within government contracts for medical equipment and facility improvements.

Small Business Impact

This contract does not appear to have a small business set-aside. Given it was a sole-source award, there were no subcontracting opportunities generated through a competitive process. Further analysis would be needed to determine if the prime contractor has small business subcontracting goals in other areas of their business or if this specific award impacts the broader small business ecosystem.

Oversight & Accountability

The Department of Veterans Affairs is responsible for the oversight of this contract. As a purchase order, it falls under the agency's procurement regulations and contract administration processes. Accountability measures would include ensuring the lifts are delivered and installed according to specifications and within the agreed-upon timeframe. Transparency is limited due to the sole-source nature, but contract award data is publicly available through federal procurement databases.

Related Government Programs

  • Department of Veterans Affairs Medical Equipment Procurement
  • Federal Accessibility Initiatives
  • Assistive Technology Contracts
  • General Services Administration (GSA) Schedule Contracts (for potential comparisons)

Risk Flags

  • Sole-source award requires strong justification.
  • Potential for higher cost due to lack of competition.
  • Need for detailed performance monitoring.

Tags

healthcare, department-of-veterans-affairs, kentucky, purchase-order, medium-value, sole-source, accessibility-equipment, assistive-technology, firm-fixed-price, vertical-platform-lift

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $20,064 to ACCESSIBILITY SOLUTIONS INC. VPL VERTICAL PLATFORM LIFT

Who is the contractor on this award?

The obligated recipient is ACCESSIBILITY 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 $20,064.

What is the period of performance?

Start: 2026-03-31. End: 2026-04-30.

What specific type and model of vertical platform lift was procured, and what are its key features and specifications?

The provided data does not specify the exact model or detailed features of the VPL VERTICAL PLATFORM LIFT. However, as a vertical platform lift, it is designed to provide access for individuals with mobility impairments, typically by raising and lowering a platform. Key features often include weight capacity, platform size, safety sensors, emergency controls, and power source. The specific model chosen by the Department of Veterans Affairs would depend on the unique requirements of the installation site, such as space constraints, required lifting height, and user needs. Further details would likely be found in the contract's statement of work or technical specifications, which are not included in the provided summary data.

What is the justification for awarding this contract on a sole-source basis, and were alternative solutions considered?

The data indicates the contract was 'NOT COMPETED UNDER SAP' and awarded as a 'PURCHASE ORDER,' suggesting a sole-source or limited competition scenario. The specific justification for this sole-source award is not detailed in the provided data. Typically, sole-source justifications are based on factors such as unique capabilities of a single contractor, urgent and compelling needs where only one source can reasonably satisfy the requirement, or if the acquisition is for a follow-on effort to a previously competed contract where only one source is deemed capable. Without the official justification document (e.g., a Justification and Approval - J&A), it's impossible to confirm if alternative solutions were thoroughly considered or why they were deemed unsuitable.

How does the price of $200,640 for 30 months compare to market rates for similar vertical platform lifts, considering installation and maintenance?

Benchmarking the price of $200,640 for vertical platform lifts over 30 months is challenging without more specific details on the product, quantity, and installation requirements. Vertical platform lifts can range significantly in price based on factors like lifting height, weight capacity, features (e.g., enclosed cab, automatic doors), and the complexity of installation (e.g., new construction vs. retrofit, site preparation needed). A typical residential or light commercial lift might cost a few thousand dollars, while more robust, custom-installed commercial units, especially those requiring significant structural modifications or meeting stringent healthcare facility standards, can cost tens of thousands each. The VA's price likely includes not just the unit but also professional installation, site assessment, and potentially warranty or maintenance services over the contract period, making a direct per-unit comparison difficult without a detailed breakdown.

What is the track record of ACCESSIBILITY SOLUTIONS INC in fulfilling federal contracts, particularly for the Department of Veterans Affairs?

The provided data identifies ACCESSIBILITY SOLUTIONS INC as the contractor. To assess their track record, one would need to examine historical federal contract databases (like SAM.gov or FPDS) for previous awards to this company. Key metrics to review would include the number of contracts awarded, their value, performance ratings (if available), and any instances of contract disputes or terminations. For the Department of Veterans Affairs specifically, it would be important to see if they have successfully delivered similar accessibility equipment or services in the past, and if their performance met VA expectations. A positive history with the VA would suggest a lower risk for this current contract, while a history of issues might raise concerns.

What are the potential risks associated with this sole-source contract, and what mitigation strategies are in place?

The primary risks associated with this sole-source contract include potential overpricing due to the lack of competition, limited vendor options if the chosen product fails or requires extensive support, and a lack of incentive for the contractor to innovate or offer superior value. Mitigation strategies, though not explicitly detailed in the provided data, would typically involve rigorous price analysis by the contracting officer to ensure the price is fair and reasonable, thorough market research to confirm the sole-source justification, and clear performance standards and deliverables within the contract to hold the contractor accountable. The VA's contract administration team would also monitor performance closely. If the lifts are critical, contingency planning for potential failures or supply chain disruptions might also be considered.

How does this spending align with the Department of Veterans Affairs' broader goals for improving veteran healthcare and facility accessibility?

This contract directly aligns with the Department of Veterans Affairs' (VA) overarching mission to provide comprehensive healthcare and support services to veterans. Improving facility accessibility is a critical component of ensuring that veterans, including those with service-connected disabilities or age-related mobility challenges, can access necessary medical care and facilities safely and independently. Vertical platform lifts are essential for overcoming architectural barriers in buildings, enabling wheelchair users and others with limited mobility to navigate different levels. Spending on such equipment demonstrates the VA's commitment to creating an inclusive and accommodating environment within its healthcare network, thereby enhancing the overall patient experience and facilitating equitable access to services.

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

Address: 487 E NEW CIRCLE RD, LEXINGTON, KY, 40505

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $20,064

Exercised Options: $20,064

Current Obligation: $20,064

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-03-31

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2026-04-02

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending