VA awards $15.77M for calibration systems, with a 295-day duration

Contract Overview

Contract Amount: $15,768 ($15.8K)

Contractor: Amish Furniture by David LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-09-23

End Date: 2026-07-15

Contract Duration: 295 days

Daily Burn Rate: $53/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: DBI CALLIBRATION SYSTEMS AND WORKSTATIONS

Place of Performance

Location: MOUNTAIN TOP, LUZERNE County, PENNSYLVANIA, 18707

State: Pennsylvania Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $15,768.12 to AMISH FURNITURE BY DAVID LLC for work described as: DBI CALLIBRATION SYSTEMS AND WORKSTATIONS Key points: 1. The contract value represents a significant investment in specialized equipment. 2. Competition dynamics for this type of specialized equipment may be limited. 3. Performance risk is moderate given the fixed-price nature and defined duration. 4. The contract supports the Department of Veterans Affairs' operational needs. 5. This falls within the broader category of IT hardware and peripheral manufacturing.

Value Assessment

Rating: fair

The contract value of $15.77 million for calibration systems and workstations appears to be within a reasonable range for specialized IT equipment. However, without specific details on the exact specifications and quantities of the systems, a precise value-for-money assessment is challenging. Benchmarking against similar procurements for comparable systems would be necessary for a more definitive evaluation. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was competed under SAP (Simplified Acquisition Procedures), suggesting it was likely a smaller value procurement or that the agency utilized expedited processes. The data indicates only one bid was received, which raises questions about the level of competition. Limited competition can sometimes lead to higher prices as there is less incentive for vendors to offer their most competitive rates. Further investigation into the solicitation process and market research conducted would clarify why only one bid was submitted.

Taxpayer Impact: A single bid suggests potential for overpayment and reduced price discovery, meaning taxpayers may not have received the best possible value for this procurement.

Public Impact

Veterans receiving care will benefit from the improved diagnostic and calibration capabilities enabled by these systems. The Department of Veterans Affairs will enhance its operational efficiency and accuracy in medical equipment maintenance. The primary geographic impact is within VA facilities where these calibration systems will be deployed. The contract supports the manufacturing sector, potentially impacting jobs in computer peripheral equipment production.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition may have resulted in a higher price than if multiple bids were received.
  • Lack of detailed specifications in the provided data makes it difficult to fully assess the value proposition.
  • The short performance period (295 days) might indicate an urgent need or a phased approach to a larger requirement.

Positive Signals

  • The firm-fixed-price contract type shifts cost risk to the contractor.
  • The contract is awarded to a specific entity, indicating a clear point of accountability.
  • The use of SAP suggests an effort to streamline the procurement process for potentially urgent needs.

Sector Analysis

This contract falls within the IT hardware and peripherals sector, specifically focusing on specialized calibration systems and workstations. The market for such equipment is often niche, with a limited number of manufacturers capable of producing high-precision devices. Comparable spending benchmarks would typically be found within government IT procurement data for similar specialized equipment, though direct comparisons are difficult without detailed technical specifications. The overall IT hardware market is substantial, but this specific segment is likely much smaller and more specialized.

Small Business Impact

The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, the direct impact on small businesses through set-asides is negligible. However, the prime contractor, AMISH FURNITURE BY DAVID LLC, may engage small businesses as subcontractors, though this information is not detailed here. The overall impact on the small business ecosystem would depend on the subcontracting plans, if any, of the prime awardee.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting officers and program managers. Accountability is established through the firm-fixed-price contract terms, requiring delivery of specified goods by a certain date. Transparency is facilitated by federal procurement databases where contract awards are recorded. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this contract were suspected or reported.

Related Government Programs

  • Medical Equipment Maintenance Contracts
  • IT Hardware Procurement
  • Department of Veterans Affairs IT Modernization

Risk Flags

  • Limited Competition
  • Unusual Contractor Name for IT Procurement
  • Potential for Price Inflation due to Sole Bid

Tags

it, department-of-veterans-affairs, purchase-order, competed-under-sap, medium-value, limited-competition, firm-fixed-price, computer-peripheral-equipment-manufacturing, pennsylvania, calibration-systems, workstations

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $15,768.12 to AMISH FURNITURE BY DAVID LLC. DBI CALLIBRATION SYSTEMS AND WORKSTATIONS

Who is the contractor on this award?

The obligated recipient is AMISH FURNITURE BY DAVID 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 $15,768.12.

What is the period of performance?

Start: 2025-09-23. End: 2026-07-15.

What is the specific nature and intended use of the 'DBI CALLIBRATION SYSTEMS AND WORKSTATIONS' being procured?

The provided data identifies the item as 'DBI CALLIBRATION SYSTEMS AND WORKSTATIONS' and classifies the North American Industry Classification System (NAICS) code as 334118, 'Other Computer Peripheral Equipment Manufacturing.' This suggests the systems are likely used for calibrating or testing other computer hardware or electronic components. Given the award is to the Department of Veterans Affairs (VA), these systems could be critical for ensuring the accuracy and reliability of medical devices, diagnostic equipment, or IT infrastructure used in healthcare settings. Without more detailed specifications, the exact application remains inferred, but the 'calibration' aspect points towards precision testing and validation functions.

How does the award value of $15.77 million compare to historical spending on similar calibration systems by the VA or other federal agencies?

Benchmarking the $15.77 million award requires access to historical contract data for similar calibration systems and workstations. A preliminary search across federal procurement databases (like FPDS or USASpending) for contracts with NAICS code 334118 or related service codes, specifically mentioning 'calibration systems' and awarded to the VA or Department of Defense, would be necessary. Factors such as the number of units, technical specifications, and contract duration significantly influence price. If this award represents a single large system or a suite of systems, it could be reasonable. However, if it's for a large quantity of standard workstations, it might warrant closer scrutiny, especially given the limited competition indicated.

What are the potential risks associated with a sole bid received under Simplified Acquisition Procedures (SAP)?

Receiving only one bid, even under Simplified Acquisition Procedures (SAP), presents several potential risks. Primarily, it raises concerns about price reasonableness, as there is no competitive pressure to drive down costs. The government may end up paying more than necessary. Secondly, it could indicate a lack of market awareness or insufficient outreach by the agency, potentially excluding qualified vendors. This could also signal that the market for this specific product or service is very small, or that the solicitation terms were unattractive to potential bidders. Furthermore, a sole bid might suggest a higher risk of contractor performance issues, as there was no alternative source readily available during the competition phase.

What is the track record of AMISH FURNITURE BY DAVID LLC in supplying IT hardware or calibration systems to the federal government?

The award to 'AMISH FURNITURE BY DAVID LLC' for 'DBI CALLIBRATION SYSTEMS AND WORKSTATIONS' is unusual given the company name. A thorough review of federal procurement history for this entity is crucial. It's possible the company has diversified, operates under a different trade name for IT procurements, or this is an early-stage contract. Investigating past awards, contract performance reviews (if available), and any reported issues or successes would provide insight into their reliability and capability in delivering complex IT equipment. Without this historical context, assessing their track record is speculative.

What are the implications of the firm-fixed-price (FFP) contract type for cost control and contractor performance in this procurement?

A Firm-Fixed-Price (FFP) contract type is generally advantageous for the government as it shifts the risk of cost overruns to the contractor. For this $15.77 million award, the contractor, AMISH FURNITURE BY DAVID LLC, is obligated to deliver the specified calibration systems and workstations by the end date (July 15, 2026) for the agreed-upon price. This structure incentivizes the contractor to manage their costs efficiently and perform diligently to avoid financial losses. However, it also means that if the contractor encounters unforeseen difficulties that increase their costs, they bear that burden, potentially leading them to cut corners on quality or service if not closely monitored. The government's primary responsibility under FFP is to clearly define the scope of work and accept conforming deliverables.

How does the short contract duration of 295 days (approximately 9.7 months) impact the overall project execution and potential for follow-on work?

The relatively short duration of 295 days for a contract valued at $15.77 million suggests a focused scope of work, potentially for a specific project phase, a limited quantity of systems, or an urgent operational need. This short timeframe necessitates efficient project management from both the contractor and the VA. It may also indicate that this award is part of a larger, multi-award contract or a series of procurements. The successful and timely completion within this period could position the contractor favorably for future related requirements, while a rushed or problematic execution might deter follow-on opportunities. The limited duration also reduces the government's long-term exposure to potential price changes or performance issues.

Industry Classification

NAICS: ManufacturingComputer and Peripheral Equipment ManufacturingComputer Terminal and Other Computer Peripheral Equipment 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

Address: 64 FIELDSTONE WAY, MOUNTAIN TOP, PA, 18707

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $15,768

Exercised Options: $15,768

Current Obligation: $15,768

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-09-23

Current End Date: 2026-07-15

Potential End Date: 2026-07-15 00:00:00

Last Modified: 2026-04-03

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending