VA awards $38K for stair lifts, with delivery order for Harmar Mobility, LLC

Contract Overview

Contract Amount: $38,272 ($38.3K)

Contractor: Harmar Mobility, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-06-17

End Date: 2025-09-17

Contract Duration: 92 days

Daily Burn Rate: $416/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: EXPRESS REPORT: CURVED STAIR LIFT

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78229

State: Texas Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $38,271.91 to HARMAR MOBILITY, LLC for work described as: EXPRESS REPORT: CURVED STAIR LIFT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract is a firm-fixed-price delivery order, providing cost certainty for the government. 3. The duration of the contract is 92 days, indicating a short-term need. 4. The North American Industry Classification System (NAICS) code 339112 points to surgical and medical instrument manufacturing. 5. The contract is being performed in Texas (TX).

Value Assessment

Rating: fair

The contract value of $38,271.91 for a curved stair lift appears to be within a reasonable range for specialized medical equipment. Without specific details on the model and installation complexity, a direct comparison is challenging. However, the firm-fixed-price structure helps mitigate cost overruns. Further benchmarking against similar VA or other federal agency procurements for comparable stair lift systems would provide a more definitive value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The number of bidders is not specified, but this procurement method generally fosters price discovery and encourages competitive pricing. The VA likely sought multiple proposals to ensure they received the best value for this specialized equipment.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it typically leads to lower prices and a wider selection of qualified vendors, maximizing the use of public funds.

Public Impact

Veterans requiring mobility assistance will benefit from the installation of curved stair lifts. The service delivered is the provision and likely installation of specialized medical equipment. The geographic impact is limited to Texas, where the contract is being performed. The contract may have implications for the workforce involved in the manufacturing and installation of medical devices.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited contract duration may not address long-term needs.
  • Lack of specific details on the stair lift model and installation requirements.
  • Potential for increased costs if specialized installation is more complex than anticipated.

Positive Signals

  • Awarded through full and open competition, promoting fairness and potential cost savings.
  • Firm-fixed-price contract provides budget certainty.
  • Addresses a specific need for mobility assistance for veterans.

Sector Analysis

The contract falls within the medical equipment manufacturing sector, specifically related to assistive devices for mobility. This sector is characterized by innovation and specialized production. Spending in this area is driven by healthcare needs, particularly for aging populations and individuals with disabilities. Comparable spending benchmarks would involve analyzing procurements for similar assistive technologies by other government agencies or large healthcare providers.

Small Business Impact

There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. The award to Harmar Mobility, LLC, a company that may or may not be a small business, does not provide enough detail to assess the impact on the small business ecosystem. Further investigation into the size status of the awardee and any subcontracting requirements would be necessary.

Oversight & Accountability

The Department of Veterans Affairs (VA) is responsible for overseeing this contract. Oversight mechanisms would typically include contract administration, performance monitoring, and quality assurance checks to ensure the equipment meets specifications and is delivered on time. Transparency is generally maintained through public contract databases, though specific performance details may be internal. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • Veterans Health Administration Medical Supplies
  • Assistive Technology Procurement
  • Durable Medical Equipment Contracts

Risk Flags

  • Potential for high cost relative to market benchmarks.
  • Short contract duration may pose logistical challenges.
  • Lack of detailed product specifications in summary data.

Tags

healthcare, department-of-veterans-affairs, texas, delivery-order, medical-equipment, assistive-technology, firm-fixed-price, full-and-open-competition, surgical-and-medical-instrument-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $38,271.91 to HARMAR MOBILITY, LLC. EXPRESS REPORT: CURVED STAIR 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 $38,271.91.

What is the period of performance?

Start: 2025-06-17. End: 2025-09-17.

What is the specific model of the curved stair lift being procured, and what are its key features?

The provided data does not specify the exact model of the curved stair lift. The contract is categorized under NAICS code 339112 (Surgical and Medical Instrument Manufacturing), indicating it is a medical device. To understand the specific features, one would need to consult the detailed contract statement of work or product specifications. Key features could include weight capacity, rail length, power source, safety features, and aesthetic design, all of which influence cost and suitability for individual patient needs.

How does the awarded price of $38,271.91 compare to market rates for similar curved stair lifts?

Benchmarking the $38,271.91 price requires comparing it to similar curved stair lift systems from other manufacturers and suppliers, considering factors like custom rail fabrication, installation complexity, and warranty. Publicly available pricing for custom curved stair lifts often ranges from $10,000 to $25,000 or more, depending on the specific curve, length, and features. The VA's price appears to be at the higher end, suggesting it may include significant customization, installation services, or premium features. A detailed market analysis comparing technical specifications and service inclusions would be necessary for a precise valuation.

What are the potential risks associated with this contract, given its short duration and specific product type?

Potential risks include the possibility that the short 92-day duration may not be sufficient for complex custom fabrication and installation, leading to delays or rushed work. If the stair lift requires extensive customization for a specific veteran's home, unforeseen challenges in measurement or fitting could arise. Another risk is the availability of qualified installers in the specific Texas location. Furthermore, if the chosen model has a long lead time or is prone to manufacturing defects, it could impact timely delivery and functionality, potentially leading to user dissatisfaction or additional costs for repairs or replacements.

What is Harmar Mobility, LLC's track record with the Department of Veterans Affairs and similar government contracts?

Information regarding Harmar Mobility, LLC's specific track record with the VA or other government agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on federal procurement databases like SAM.gov or FPDS. Understanding their experience with similar mobility devices, their on-time delivery rates, and their responsiveness to government requirements would be crucial in evaluating their reliability for this contract.

How does this contract fit into the VA's broader strategy for providing assistive devices to veterans?

This contract represents a specific instance of the VA procuring assistive technology to enhance the quality of life and independence for veterans with mobility impairments. It aligns with the VA's mission to provide comprehensive healthcare and support services. Such procurements are essential for enabling veterans to navigate their homes safely and comfortably, reducing the need for constant assistance and potentially lowering long-term care costs. The VA likely manages a portfolio of contracts for various assistive devices, with individual awards like this addressing specific needs identified through clinical assessments.

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: $38,272

Exercised Options: $38,272

Current Obligation: $38,272

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79718D0572

IDV Type: FSS

Timeline

Start Date: 2025-06-17

Current End Date: 2025-09-17

Potential End Date: 2025-09-17 00:00:00

Last Modified: 2026-04-07

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