VA awards $47.7M contract for advanced software, with Canon Medical Informatics Inc. as the contractor

Contract Overview

Contract Amount: $47,700 ($47.7K)

Contractor: Canon Medical Informatics Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-06-01

End Date: 2027-05-31

Contract Duration: 364 days

Daily Burn Rate: $131/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: VITREAADVANCED SOFTWARE LICENSE, MAINTENANCE, AND SUPPORT FOR MILWAUKEE VAMC

Place of Performance

Location: MILWAUKEE, MILWAUKEE County, WISCONSIN, 53295

State: Wisconsin Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $47,700 to CANON MEDICAL INFORMATICS INC for work described as: VITREAADVANCED SOFTWARE LICENSE, MAINTENANCE, AND SUPPORT FOR MILWAUKEE VAMC Key points: 1. The contract value of $47.7 million over its term represents a significant investment in advanced medical imaging software. 2. Competition dynamics indicate a full and open competition, suggesting a potentially competitive pricing environment. 3. The contract's duration of approximately one year (364 days) suggests a focus on immediate needs or a pilot phase. 4. The fixed-price contract type aims to control costs and provide budget certainty for the Department of Veterans Affairs. 5. This spending is categorized under Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers, aligning with healthcare infrastructure. 6. The award to Canon Medical Informatics Inc. places them as a key provider for the Milwaukee VAMC's imaging needs.

Value Assessment

Rating: good

The contract value of $47.7 million for a one-year term for advanced software licensing, maintenance, and support appears to be within a reasonable range for specialized medical informatics solutions. Benchmarking against similar contracts for enterprise-level imaging software would provide a more precise value-for-money assessment. However, given the critical nature of medical imaging and the vendor's likely specialization, the price point is not immediately indicative of overpayment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, which typically involves a broad solicitation to all eligible offerors. This process is designed to maximize the pool of potential bidders, fostering a competitive environment that can lead to better pricing and innovative solutions. The number of bidders is not specified, but the 'full and open' designation suggests that multiple companies likely vied for this award.

Taxpayer Impact: A full and open competition is generally favorable for taxpayers as it increases the likelihood of securing the best possible price and quality through market forces, preventing potential price gouging and encouraging efficiency.

Public Impact

Veterans receiving care at the Milwaukee VAMC will benefit from potentially improved diagnostic capabilities through advanced imaging software. The contract supports the delivery of critical medical imaging services, enhancing the quality of healthcare provided. The geographic impact is primarily focused on the Milwaukee, Wisconsin area, serving the veteran population in that region. The contract may have implications for IT professionals and medical imaging technicians involved in the operation and maintenance of the software.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if the software becomes deeply integrated into VAMC workflows.
  • Reliance on a single vendor for critical software maintenance and support could pose risks if the vendor experiences financial instability or changes strategic direction.
  • The long-term cost implications of licensing and maintenance fees need careful monitoring beyond the initial contract period.

Positive Signals

  • The use of advanced software suggests a commitment to leveraging modern technology for improved patient care.
  • The fixed-price nature of the contract provides cost predictability for the agency.
  • Awarding under full and open competition indicates a robust procurement process that sought competitive offers.

Sector Analysis

This contract falls within the broader Health IT sector, specifically focusing on medical imaging informatics. The market for advanced imaging software is characterized by specialized vendors, significant R&D investment, and a growing demand driven by advancements in medical technology and the need for efficient data management. Comparable spending benchmarks would involve analyzing other large federal or private healthcare systems' investments in similar Picture Archiving and Communication Systems (PACS) or advanced visualization software.

Small Business Impact

The provided data indicates that small business participation (ss: false, sb: false) was not a specific set-aside criterion for this contract. Therefore, there are no direct subcontracting implications mandated by small business set-asides. The primary contractor, Canon Medical Informatics Inc., is likely a large business. The impact on the small business ecosystem would be indirect, potentially through competition with smaller specialized software providers or through opportunities if the prime contractor engages in subcontracting beyond mandated requirements.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Veterans Affairs' procurement and program management offices. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified software, maintenance, and support. Transparency is facilitated by the public nature of federal contract awards. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract is suspected or identified.

Related Government Programs

  • VA Electronic Health Record (EHR) Modernization
  • Medical Imaging Equipment Procurement
  • Healthcare IT Infrastructure Support
  • Veterans Health Administration (VHA) Information Technology

Risk Flags

  • Potential for vendor lock-in
  • Reliance on single vendor for critical support
  • Cybersecurity risks associated with medical software

Tags

healthcare, medical-imaging, software-license, maintenance-support, department-of-veterans-affairs, milwaukee, wisconsin, full-and-open-competition, firm-fixed-price, large-contract, informatics

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $47,700 to CANON MEDICAL INFORMATICS INC. VITREAADVANCED SOFTWARE LICENSE, MAINTENANCE, AND SUPPORT FOR MILWAUKEE VAMC

Who is the contractor on this award?

The obligated recipient is CANON MEDICAL INFORMATICS 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 $47,700.

What is the period of performance?

Start: 2026-06-01. End: 2027-05-31.

What is the track record of Canon Medical Informatics Inc. in delivering similar advanced imaging software solutions to federal agencies?

Canon Medical Informatics Inc., a subsidiary of Canon Medical Systems, has a significant presence in the medical imaging market. Their offerings often include solutions for radiology, cardiology, and other specialties, encompassing PACS, VNA (Vendor Neutral Archive), and advanced visualization tools. While specific federal contract performance details require deeper investigation into contract databases like FPDS, their general industry reputation suggests experience with large healthcare systems. Federal agencies often award contracts to established players like Canon due to their proven technology and support infrastructure. A review of past performance evaluations and any past performance questionnaires (PPQs) associated with this vendor on similar contracts would provide more granular insights into their reliability, technical proficiency, and customer satisfaction within the federal space.

How does the $47.7 million contract value compare to similar advanced imaging software contracts awarded by the VA or other federal healthcare providers?

The $47.7 million contract value for a one-year term for advanced software licensing, maintenance, and support is substantial, reflecting the complexity and criticality of enterprise-level medical imaging informatics. To benchmark this effectively, one would need to compare it against contracts for similar solutions (e.g., PACS, advanced visualization suites) awarded to other major vendors (e.g., GE Healthcare, Siemens Healthineers, Philips) by the VA, DoD, or other large federal health systems. Factors influencing price include the scope of software modules, number of users/sites, level of support, and duration. Without specific comparable contract data, it's difficult to definitively state if this represents excellent or fair value, but it aligns with the expected investment for comprehensive, high-end medical imaging IT infrastructure.

What are the primary risks associated with this contract, and how are they mitigated?

Key risks include potential vendor lock-in, where the VAMC becomes heavily reliant on Canon's proprietary software, making future transitions costly and complex. There's also a risk of performance issues or inadequate support, impacting clinical workflows and patient care. Cybersecurity vulnerabilities within the software could pose a significant threat to sensitive patient data. Mitigation strategies typically involve robust Service Level Agreements (SLAs) within the contract, clear performance metrics, penalties for non-compliance, and regular security audits. The fixed-price nature helps mitigate cost overrun risks for the government. Furthermore, the 'full and open competition' process itself can mitigate risks by selecting a vendor with a strong track record and competitive pricing.

How effective is the 'full and open competition' approach in ensuring value for money for this specific type of medical software?

The 'full and open competition' approach is generally considered the most effective method for ensuring value for money in federal procurements, including for specialized medical software. By allowing all responsible sources to submit bids, it maximizes the potential for competitive pricing and encourages vendors to offer their best technical solutions at the most attractive price points. For advanced imaging software, where vendor differentiation can be significant, this approach allows the VA to compare not only price but also features, support, integration capabilities, and long-term total cost of ownership. While it requires more upfront effort in solicitation and evaluation, the potential savings and improved quality often outweigh these costs, leading to better outcomes for taxpayers and the healthcare system.

What are the historical spending patterns for advanced imaging software within the Department of Veterans Affairs?

Historical spending patterns for advanced imaging software within the VA are likely characterized by significant, ongoing investments. The VA operates a vast network of healthcare facilities, all requiring robust medical imaging capabilities. Spending typically involves initial procurement of software licenses and hardware, followed by recurring costs for maintenance, support, and upgrades. The VA has undergone various IT modernization efforts, which may have included significant upgrades or replacements of imaging systems. Analyzing historical spending data (e.g., from FPDS or agency budget reports) would reveal trends in contract values, durations, awarded vendors, and the specific types of imaging software procured, providing context for the current $47.7 million award.

Industry Classification

NAICS: Wholesale TradeProfessional and Commercial Equipment and Supplies Merchant WholesalersMedical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers

Product/Service Code: MEDICAL SERVICESSPECIALIZED TECHNICAL/ MEDICAL SUPPORT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5850 OPUS PKWY STE 300, MINNETONKA, MN, 55343

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: $238,500

Exercised Options: $47,700

Current Obligation: $47,700

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SPE2D119D0012

IDV Type: IDC

Timeline

Start Date: 2026-06-01

Current End Date: 2027-05-31

Potential End Date: 2031-05-31 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