VA awards $28.3M contract for van conversions, highlighting need for specialized medical transport
Contract Overview
Contract Amount: $28,259 ($28.3K)
Contractor: Adaptive Driving Alliance, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-01
End Date: 2026-09-30
Contract Duration: 182 days
Daily Burn Rate: $155/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EXPRESS REPORT: VAN CONVERSION
Place of Performance
Location: CUYAHOGA FALLS, SUMMIT County, OHIO, 44221
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $28,258.64 to ADAPTIVE DRIVING ALLIANCE, LLC for work described as: EXPRESS REPORT: VAN CONVERSION Key points: 1. Contract value appears reasonable given the specialized nature of medical equipment transport. 2. Full and open competition suggests a healthy market for these services. 3. Potential risks include delivery delays and ensuring equipment compatibility. 4. This contract supports the VA's mission to provide comprehensive care to veterans. 5. The awardee, Adaptive Driving Alliance, LLC, operates within the medical equipment manufacturing sector. 6. The fixed-price structure aims to control costs and provide budget certainty.
Value Assessment
Rating: good
The contract value of $28.3 million for 182 days of service is substantial, but likely reflects the specialized nature of converting vans for medical transport. Benchmarking against similar contracts for custom vehicle modifications or specialized medical equipment delivery would be necessary for a precise value-for-money assessment. However, the firm fixed-price structure suggests an effort to manage costs effectively. Without specific per-unit cost data, it's difficult to definitively assess pricing against market rates, but the competitive award process implies a degree of market validation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors were likely solicited and had the opportunity to bid. This approach generally fosters a competitive environment, which can lead to better pricing and service quality for the government. The number of bidders is not specified, but the method of competition suggests a robust selection process.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining the best value by encouraging multiple vendors to offer competitive pricing and innovative solutions.
Public Impact
Veterans requiring specialized medical transportation services will benefit from this contract. The contract will facilitate the delivery and maintenance of medical equipment via converted vans. The primary geographic impact is within Ohio, where the contractor is based. This contract may indirectly support jobs in vehicle modification and medical equipment logistics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays in delivery impacting veteran access to services.
- Ensuring the specialized equipment meets all VA medical transport requirements.
- Contract duration is relatively short, requiring potential future procurements.
Positive Signals
- Firm fixed-price contract provides cost certainty for the VA.
- Award to a single entity streamlines management and accountability.
- Contract supports critical healthcare logistics for veterans.
Sector Analysis
The contract falls within the broader transportation and specialized vehicle manufacturing sector. This sector is characterized by custom fabrication and adherence to strict regulatory standards, particularly for medical applications. The market size for specialized medical transport vehicles is niche but essential for healthcare providers. Comparable spending might be found in contracts for ambulance manufacturing or specialized medical equipment delivery services.
Small Business Impact
This contract was awarded under full and open competition and does not indicate any specific small business set-aside. Therefore, the direct impact on small businesses is likely limited unless they are subcontractors to the prime awardee. Further analysis would be needed to determine if subcontracting opportunities exist for small businesses within the scope of this delivery order.
Oversight & Accountability
The contract is subject to standard federal procurement oversight mechanisms. The firm fixed-price nature provides a degree of financial oversight. Accountability rests with Adaptive Driving Alliance, LLC to meet the delivery and quality specifications. Transparency is facilitated through federal contract databases. The Inspector General's office would have jurisdiction in cases of fraud or mismanagement.
Related Government Programs
- Veterans Health Administration Medical Equipment Procurement
- Department of Veterans Affairs Vehicle Fleet Management
- Specialized Medical Transportation Services
- Medical Supply Chain Logistics
Risk Flags
- Potential for delivery delays impacting service availability.
- Ensuring compliance with stringent VA medical equipment and vehicle standards.
- Short contract duration may necessitate frequent re-procurement.
Tags
transportation, medical-equipment, van-conversion, department-of-veterans-affairs, delivery-order, firm-fixed-price, full-and-open-competition, ohio, specialized-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $28,258.64 to ADAPTIVE DRIVING ALLIANCE, LLC. EXPRESS REPORT: VAN CONVERSION
Who is the contractor on this award?
The obligated recipient is ADAPTIVE DRIVING ALLIANCE, 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 $28,258.64.
What is the period of performance?
Start: 2026-04-01. End: 2026-09-30.
What is the track record of Adaptive Driving Alliance, LLC with the Department of Veterans Affairs?
Information regarding Adaptive Driving Alliance, LLC's specific track record with the Department of Veterans Affairs (VA) is not detailed in the provided data. However, the award of this contract suggests they have met the VA's requirements for this specific procurement. To fully assess their track record, one would need to examine past performance evaluations, any previous contracts awarded by the VA or other federal agencies, and any reported issues or successes. A review of the Federal Procurement Data System (FPDS) or similar databases could provide historical contract data, including contract values, performance ratings, and any disputes or terminations. Without this specific historical data, it is difficult to provide a comprehensive assessment of their past performance with the VA.
How does the value of this contract compare to similar VA van conversion contracts?
The provided data does not include historical or comparable contract values for similar van conversion services by the VA. The contract value of $28.3 million for a 182-day period (approximately six months) is substantial. To benchmark this value, one would need to identify other VA contracts for the conversion of standard vans into specialized medical transport vehicles, considering factors such as the number of vehicles, the complexity of the modifications, and the specific medical equipment to be integrated. The fact that this was awarded under full and open competition suggests that the pricing was deemed competitive within the market. However, without access to a database of comparable contracts, a precise value-for-money comparison is not possible based solely on the provided information.
What are the primary risks associated with this specific van conversion contract?
The primary risks associated with this van conversion contract include potential delays in delivery, which could impact the VA's ability to provide timely medical transportation to veterans. Ensuring that the converted vans and integrated medical equipment meet all stringent VA specifications and regulatory requirements is another key risk. Given the specialized nature of the modifications, there's also a risk of technical issues or equipment malfunctions post-delivery. The relatively short contract duration of 182 days also presents a risk of service interruption if follow-on contracts are not awarded in a timely manner. Finally, ensuring the long-term maintenance and support for these specialized vehicles could pose a challenge.
How effective is the VA in procuring specialized medical equipment transport solutions?
The effectiveness of the VA in procuring specialized medical equipment transport solutions can be inferred from the award of this contract under full and open competition. This procurement method suggests a structured process aimed at achieving best value. The VA's ability to secure a contract for these specialized services indicates a functional procurement system. However, true effectiveness would be measured by the reliability and performance of the delivered vehicles, the timeliness of service, and the overall cost-efficiency over the contract's lifecycle. Ongoing monitoring of contractor performance and user feedback from veterans and medical staff would provide a clearer picture of the VA's effectiveness in this area.
What are the historical spending patterns for van conversions within the VA?
The provided data does not offer historical spending patterns for van conversions within the Department of Veterans Affairs (VA). To analyze historical spending, one would need access to comprehensive federal procurement databases that track contract awards over multiple fiscal years. This analysis would involve identifying all contracts related to vehicle conversions, specifically for medical transport purposes, and aggregating their values. Understanding these patterns would reveal trends in demand, average contract values, and the prevalence of different competition levels (e.g., sole-source vs. full and open). Without such historical data, it's impossible to describe the VA's spending trajectory in this specific area.
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: 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: 111 STOW AVE STE 103, CUYAHOGA FALLS, OH, 44221
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,259
Exercised Options: $28,259
Current Obligation: $28,259
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79722D0076
IDV Type: FSS
Timeline
Start Date: 2026-04-01
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-01
More Contracts from Adaptive Driving Alliance, LLC
- Pros-Safe Passenger VAN Conversion — $48.5K (Department of Veterans Affairs)
- Vehicle Modification — $44.5K (Department of Veterans Affairs)
- Prostetic Order - Mini VAN Conversion — $43.1K (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.)