VA awards $25,362 for post-operative cervical fusion surgery supplies, utilizing a competed purchase order
Contract Overview
Contract Amount: $25,362 ($25.4K)
Contractor: Medtronic USA, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-08
End Date: 2026-04-08
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: BILL ONLY, POST ANTERIOR CERVICAL FUSION SURGERY DATE 4/1/2026 FOR VETERAN PATIENT IAW 38 USC 8123
Place of Performance
Location: NASHVILLE, DAVIDSON County, TENNESSEE, 37212
Plain-Language Summary
Department of Veterans Affairs obligated $25,362 to MEDTRONIC USA, INC. for work described as: BILL ONLY, POST ANTERIOR CERVICAL FUSION SURGERY DATE 4/1/2026 FOR VETERAN PATIENT IAW 38 USC 8123 Key points: 1. The contract value appears reasonable for specialized surgical supplies, though specific itemization is needed for a definitive value-for-money assessment. 2. Competition dynamics indicate a standard procurement process, suggesting potential for competitive pricing. 3. Risk indicators are low, given the fixed-price nature and short duration of the purchase order. 4. Performance context is tied to a specific surgical procedure, implying a need for timely and accurate supply delivery. 5. Sector positioning is within the medical device and surgical supply manufacturing industry, serving a critical healthcare need for veterans.
Value Assessment
Rating: good
The award of $25,362 for post-operative cervical fusion surgery supplies is benchmarked against similar procurements for specialized medical equipment. While specific details on the exact supplies are not provided, the price appears within a reasonable range for such items. The fixed-price nature of the contract helps control costs. Further analysis would require a breakdown of the specific items and their quantities to compare against market rates for comparable surgical kits or components.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under SAP (Simplified Acquisition Procedures), indicating a competitive process suitable for the award amount. While the exact number of bidders is not specified, the use of SAP suggests that multiple offers were solicited and evaluated. This level of competition, even under SAP, generally promotes price discovery and ensures the government receives fair and reasonable pricing for the supplies.
Taxpayer Impact: The use of a competed process, even for a smaller dollar value, ensures taxpayer funds are used efficiently by leveraging market competition to obtain the best possible price for essential surgical supplies.
Public Impact
Veterans requiring post-operative care for cervical fusion surgery will benefit from the availability of necessary surgical supplies. The services delivered are the provision of critical medical supplies essential for patient recovery and surgical success. The geographic impact is localized to the facility where the surgery and post-operative care will occur, likely within Tennessee. Workforce implications are minimal, primarily impacting the logistics and supply chain personnel involved in delivering the medical items.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed itemization for the supplies awarded.
- Potential for price fluctuations in specialized medical supplies not fully mitigated by fixed-price contract if scope changes.
Positive Signals
- Awarded under a competed process, indicating potential for good value.
- Fixed-price contract type helps manage cost certainty.
- Supports critical healthcare needs for veterans.
Sector Analysis
The contract falls within the broader healthcare and medical device sector, specifically focusing on surgical supplies. This sector is characterized by innovation, stringent regulatory requirements, and a mix of large manufacturers and specialized suppliers. Spending in this area is driven by patient needs and advancements in surgical techniques. Comparable spending benchmarks would involve analyzing other VA or DoD procurements for similar surgical implant components or post-operative care kits.
Small Business Impact
The data indicates this contract was competed under SAP and does not specify any small business set-aside. Therefore, the direct impact on small businesses through set-aside is not evident. However, the prime contractor, Medtronic USA, Inc., is a large entity, and there may be subcontracting opportunities for small businesses within their supply chain, though this is not explicitly detailed in the provided information.
Oversight & Accountability
Oversight for this purchase order would typically reside with the Department of Veterans Affairs' contracting officers and program managers responsible for medical supplies. Accountability is ensured through the terms of the firm fixed-price purchase order and the requirement for delivery of specified goods. Transparency is facilitated by the public availability of contract data, allowing for review of the award and its details.
Related Government Programs
- VA Medical Supplies Procurement
- Surgical Implants and Devices
- Post-Operative Care Services
- Veteran Healthcare Services
Risk Flags
- Lack of detailed itemization
- Potential for supply chain disruption for specialized medical goods
Tags
healthcare, medical-supplies, department-of-veterans-affairs, purchase-order, competed, firm-fixed-price, medtronic-usa-inc, tennessee, surgical-supplies, cervical-fusion
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $25,362 to MEDTRONIC USA, INC.. BILL ONLY, POST ANTERIOR CERVICAL FUSION SURGERY DATE 4/1/2026 FOR VETERAN PATIENT IAW 38 USC 8123
Who is the contractor on this award?
The obligated recipient is MEDTRONIC USA, 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 $25,362.
What is the period of performance?
Start: 2026-04-08. End: 2026-04-08.
What specific surgical supplies are included in this $25,362 award?
The provided data does not specify the exact surgical supplies included in the $25,362 award. It broadly covers items for 'POST ANTERIOR CERVICAL FUSION SURGERY'. To conduct a thorough value assessment, a detailed list of the supplies, their quantities, and manufacturer part numbers would be necessary. This would allow for comparison against market prices for similar items and ensure the government is receiving appropriate value for the funds obligated.
How does the $25,362 award compare to historical spending for similar cervical fusion surgery supplies by the VA?
Without specific details on the exact supplies procured, a direct historical spending comparison for this particular award is challenging. However, the Department of Veterans Affairs (VA) consistently procures a wide range of surgical supplies and implants. Analyzing historical data for anterior cervical fusion kits or related post-operative hardware from the same or similar vendors, and adjusting for inflation and volume, would provide a benchmark. The current award, being a single purchase order for a specific surgery, suggests a targeted procurement rather than a large-scale contract, which might explain its value.
What is Medtronic USA, Inc.'s track record with the Department of Veterans Affairs for surgical supplies?
Medtronic USA, Inc. is a major medical device manufacturer and a frequent supplier to federal agencies, including the Department of Veterans Affairs. Their track record typically involves providing a broad spectrum of medical devices, implants, and surgical equipment. While this specific award is for post-operative supplies, Medtronic is known for its extensive portfolio in areas like spinal surgery, which aligns with cervical fusion procedures. A review of past VA contracts with Medtronic would reveal their performance history, including on-time delivery, product quality, and pricing competitiveness across various product lines.
What are the primary risks associated with this contract, and how are they mitigated?
The primary risks associated with this contract are potential supply chain disruptions, product quality issues, or unexpected price increases if the scope were to change. Mitigation strategies include the firm fixed-price contract type, which locks in the price for the specified goods, and the use of Simplified Acquisition Procedures (SAP), which often involves pre-vetted vendors. The VA's contracting officer is responsible for ensuring timely delivery and adherence to quality standards. Given the short duration and specific nature of the purchase order, the overall risk profile is considered low.
How does the 'COMPETED UNDER SAP' classification impact the value and efficiency of this procurement?
Classifying this procurement as 'COMPETED UNDER SAP' (Simplified Acquisition Procedures) indicates that the contract value likely falls below the threshold for full and open competition ($250,000 as of recent regulations). SAP allows for more streamlined and efficient procurement processes, often involving fewer documentation requirements and faster award timelines. For a $25,362 award, using SAP is appropriate and generally leads to good value by leveraging competition among a pool of eligible vendors without the administrative burden of larger-scale procurements. This efficiency helps ensure that taxpayer funds are used effectively for necessary supplies.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Medtronic Public Limited Company
Address: 6743 SOUTHPOINT DR N, JACKSONVILLE, FL, 32216
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $25,362
Exercised Options: $25,362
Current Obligation: $25,362
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2026-04-08
Potential End Date: 2026-04-08 00:00:00
Last Modified: 2026-04-08
More Contracts from Medtronic USA, Inc.
- Full-Service Maintenance Contract for the Stealthstation S8 Surgical Navigation System With Fusion ENT Navigation System and O-Arm O2 Imaging System — $248.0K (Department of Veterans Affairs)
- Routine Preventative Maintenance — $88.8K (Department of Veterans Affairs)
- Neurostimulator — $57.4K (Department of Veterans Affairs)
- Prosthetics - Spine Implant — $31.8K (Department of Veterans Affairs)
- Altaviva Implant- Bladder Incontinence Stim- Ankle Device — $24.7K (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.)