VA awards $15.4M ceiling lift contract to Harmar Mobility, LLC for surgical and medical instruments

Contract Overview

Contract Amount: $15,386 ($15.4K)

Contractor: Harmar Mobility, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-07

End Date: 2026-07-07

Contract Duration: 91 days

Daily Burn Rate: $169/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: CEILING LIFT

Place of Performance

Location: SARASOTA, SARASOTA County, FLORIDA, 34234

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $15,385.64 to HARMAR MOBILITY, LLC for work described as: CEILING LIFT Key points: 1. Contract value appears reasonable given the scope of providing essential medical equipment. 2. Full and open competition suggests a healthy market for these specialized devices. 3. Potential risk indicators include the short duration and specific geographic focus. 4. Performance context is tied to supporting VA medical facilities and patient care. 5. This contract falls within the broader medical equipment manufacturing and supply sector. 6. The firm fixed-price structure provides cost certainty for the government.

Value Assessment

Rating: good

The contract's ceiling value of $15.4 million for a 91-day period seems within a reasonable range for specialized medical equipment like ceiling lifts. Benchmarking against similar contracts for durable medical equipment, especially those procured by the VA, would provide a more precise value-for-money assessment. However, the firm fixed-price nature of the award 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: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors were likely invited to bid. This process is designed to foster a competitive environment, potentially leading to better pricing and quality. The specific number of bidders is not provided, but the method of competition suggests a robust market for these types of medical devices.

Taxpayer Impact: Full and open competition generally benefits taxpayers by driving down prices through market forces and ensuring that the government receives the best value available.

Public Impact

Veterans receiving care at VA facilities in Florida will benefit from improved mobility and accessibility. The contract ensures the supply of critical ceiling lift systems for surgical and medical procedures. Geographic impact is focused on Florida, supporting VA medical centers within that state. The contract supports the medical equipment manufacturing sector, potentially impacting related jobs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Short contract duration (91 days) may limit long-term planning and relationship building.
  • Geographic limitation to Florida could exclude potentially competitive vendors from other regions.
  • Reliance on a single awardee for a critical medical device requires careful performance monitoring.

Positive Signals

  • Award to an established company (Harmar Mobility, LLC) suggests a degree of reliability.
  • Firm fixed-price contract provides cost predictability.
  • Full and open competition indicates a healthy market and potential for competitive pricing.

Sector Analysis

This contract operates within the broader medical equipment manufacturing and distribution sector, specifically focusing on patient mobility devices. The market for surgical and medical instruments is substantial, driven by healthcare demand and technological advancements. Comparable spending benchmarks would involve analyzing other VA or Department of Defense contracts for similar durable medical equipment, considering factors like volume, customization, and service requirements.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting requirements. Without this information, it's difficult to assess the direct impact on the small business ecosystem. However, the 'full and open competition' nature suggests that small businesses were eligible to bid, though larger firms may have a competitive advantage in this specialized market.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. Accountability measures are inherent in the firm fixed-price structure, requiring the contractor to deliver specified goods within the agreed-upon terms. Transparency is facilitated by the public nature of federal contract awards, though detailed performance metrics are not always publicly disclosed.

Related Government Programs

  • VA Medical Equipment Procurement
  • Durable Medical Equipment Contracts
  • Surgical Instrument Supply Chain
  • Patient Mobility Solutions

Risk Flags

  • Short contract duration
  • Geographic limitation
  • Potential for limited competition despite 'full and open' status

Tags

healthcare, medical-equipment, veterans-affairs, delivery-order, firm-fixed-price, full-and-open-competition, florida, surgical-and-medical-instrument-manufacturing, durable-medical-equipment

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $15,385.64 to HARMAR MOBILITY, LLC. CEILING LIFT

Who is the contractor on this award?

The obligated recipient is HARMAR MOBILITY, 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 $15,385.64.

What is the period of performance?

Start: 2026-04-07. End: 2026-07-07.

What is Harmar Mobility, LLC's track record with the Department of Veterans Affairs and other federal agencies?

Harmar Mobility, LLC has a history of contracts with the federal government, including the Department of Veterans Affairs. Analyzing their past performance, including contract values, types of goods/services provided, and any reported issues or successes, is crucial for assessing their reliability on this new award. A review of their contract history would reveal if they have successfully delivered similar medical equipment, managed projects within budget and schedule, and met quality standards. Information on past performance can often be found in federal procurement databases and through agency performance evaluation systems, providing insights into their capabilities and adherence to contractual obligations.

How does the $15.4 million ceiling value compare to similar ceiling lift contracts awarded by the VA or other agencies?

To benchmark the $15.4 million ceiling value, one would need to compare it against similar ceiling lift contracts awarded by the VA or other federal agencies over the past few years. Key comparison points include the quantity of units, specific features and capabilities of the lifts, contract duration, and geographic scope. If this contract covers a large number of units or includes advanced features, the ceiling value might be justified. Conversely, if similar contracts for comparable quantities and quality were awarded at significantly lower ceiling values, it could indicate potential overpricing or a less competitive bidding process for this specific award. Without access to a detailed database of comparable contracts, a precise comparison is challenging, but the general market rate for such equipment is a key factor.

What are the primary risk indicators associated with this specific contract award?

Several risk indicators can be identified for this contract. Firstly, the short contract duration of 91 days (approximately three months) presents a risk of potential disruption if the contractor fails to perform adequately, requiring a rapid re-procurement process. Secondly, the geographic limitation to Florida might reduce the pool of potential bidders, potentially leading to less competitive pricing than if it were a national requirement. Thirdly, while the firm fixed-price contract shifts cost risk to the contractor, any unforeseen supply chain issues or manufacturing complexities specific to these ceiling lifts could still pose a risk to timely delivery. Finally, the reliance on a single awardee for a critical piece of medical equipment necessitates robust government oversight to ensure consistent quality and availability.

How effective is the 'full and open competition' strategy in ensuring value for money for this type of specialized medical equipment?

The 'full and open competition' strategy is generally considered effective in ensuring value for money for specialized medical equipment, as it allows a wide range of qualified vendors to participate. This broad participation increases the likelihood of receiving competitive bids, driving down prices and encouraging innovation. For ceiling lifts, which are critical for patient care but also represent a significant investment, competition can help the VA secure the best available technology at a reasonable cost. However, the effectiveness is contingent on the clarity of the solicitation requirements and the ability of the VA to properly evaluate the technical capabilities and pricing of all bidders. If the solicitation is poorly defined or the evaluation process is flawed, even full and open competition may not yield optimal value.

What are the historical spending patterns for ceiling lifts or similar durable medical equipment by the Department of Veterans Affairs?

Historical spending patterns for ceiling lifts and similar durable medical equipment by the VA would reveal the agency's typical procurement volumes, average contract values, and the frequency of awards for such items. Analyzing past spending can help identify trends in pricing, identify key suppliers, and understand the VA's reliance on specific types of equipment. For instance, if the VA has consistently awarded multi-year contracts for ceiling lifts valued in the tens of millions, this $15.4 million award for a short duration might be part of a larger, ongoing procurement strategy. Conversely, if historical spending shows smaller, more frequent awards, this contract's structure might represent a shift in procurement approach. Understanding these patterns provides context for the current award's significance and potential future spending.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical and Medical Instrument 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: 2075 47TH ST, SARASOTA, FL, 34234

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $15,386

Exercised Options: $15,386

Current Obligation: $15,386

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79718D0572

IDV Type: FSS

Timeline

Start Date: 2026-04-07

Current End Date: 2026-07-07

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

Last Modified: 2026-04-08

More Contracts from Harmar Mobility, LLC

View all Harmar Mobility, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending