VA awards $2.97M for OMNICELL XT BRAINS UPGRADE to TRILLAMED LLC, enhancing surgical and medical instrument manufacturing

Contract Overview

Contract Amount: $2,966,683 ($3.0M)

Contractor: Trillamed LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-09-01

End Date: 2026-09-30

Contract Duration: 394 days

Daily Burn Rate: $7.5K/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: OMNICELL XT BRAINS UPGRADE

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78229

State: Texas Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $3.0 million to TRILLAMED LLC for work described as: OMNICELL XT BRAINS UPGRADE Key points: 1. The contract value of $2.97 million appears reasonable for a specialized upgrade, but requires benchmarking against similar systems. 2. Competition dynamics are favorable, with the contract being competed under SAP, suggesting a competitive process. 3. Risk indicators are moderate, with a firm fixed-price contract type mitigating cost overrun risks. 4. Performance context is tied to the Department of Veterans Affairs' need for advanced medical equipment. 5. Sector positioning is within the Surgical and Medical Instrument Manufacturing industry, a critical area for healthcare. 6. The upgrade is expected to improve operational efficiency and patient care within VA facilities.

Value Assessment

Rating: good

The contract value of $2.97 million for the OMNICELL XT BRAINS UPGRADE needs to be assessed against the specific functionalities and expected lifespan of the upgraded system. Benchmarking against similar upgrades for medical equipment within the VA or other federal agencies would provide a clearer picture of value for money. The firm fixed-price nature of the award suggests that the contractor has committed to delivering the specified upgrade at the agreed-upon cost, which is a positive indicator for cost control.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was competed under SAP (Small Acquisition Program), which typically allows for a broad range of potential bidders, indicating a competitive process. While the specific number of bidders is not provided, competition under SAP generally aims to ensure fair pricing and access to a wide pool of qualified vendors. This approach helps the government secure the best value by fostering a competitive environment.

Taxpayer Impact: A competitive award under SAP suggests that taxpayer funds are being used efficiently, as multiple vendors likely vied for the contract, driving down prices and ensuring a fair market rate is achieved.

Public Impact

Veterans receiving care at VA facilities will benefit from potentially improved medical equipment performance and reliability. The upgrade will enhance the capabilities of surgical and medical instruments used in VA healthcare settings. The geographic impact is primarily within Texas, where the contractor is located, but the ultimate benefit extends to VA facilities nationwide. The contract supports jobs within the medical instrument manufacturing sector, contributing to the specialized workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Surgical and Medical Instrument Manufacturing sector is a vital component of the healthcare industry, encompassing the design, production, and distribution of a wide array of medical devices and equipment. This contract fits within the broader trend of healthcare providers, including federal agencies like the VA, investing in technology upgrades to improve patient outcomes and operational efficiency. Comparable spending benchmarks would involve looking at other procurements for similar advanced medical equipment upgrades within the federal government or large hospital systems.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Further analysis would be needed to determine if TRILLAMED LLC is a small business itself or if there are any indirect impacts on the small business ecosystem through its supply chain or potential future subcontracting opportunities.

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 goods and services. Transparency is generally maintained through federal procurement databases like FPDS-NG, where contract awards are reported. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

healthcare, department-of-veterans-affairs, medical-instrument-manufacturing, purchase-order, firm-fixed-price, competed-under-sap, texas, surgical-and-medical-instrument-manufacturing, upgrade, information-technology

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $3.0 million to TRILLAMED LLC. OMNICELL XT BRAINS UPGRADE

Who is the contractor on this award?

The obligated recipient is TRILLAMED 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 $3.0 million.

What is the period of performance?

Start: 2025-09-01. End: 2026-09-30.

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

A review of federal procurement data would be necessary to fully assess TRILLAMED LLC's track record. This would involve examining past contract awards, performance evaluations, and any reported issues or successes. Understanding their history with the VA specifically is crucial, as it indicates their familiarity with VA's unique procurement processes, operational needs, and reporting requirements. A strong past performance record with the VA would suggest a lower risk for this current contract, while a history of issues might warrant closer scrutiny of their capabilities and commitment to this upgrade project.

How does the $2.97 million award compare to similar OMNICELL XT BRAINS UPGRADE contracts or comparable medical equipment upgrades?

Benchmarking this $2.97 million award requires identifying similar procurements for OMNICELL XT BRAINS UPGRADES or comparable advanced medical equipment upgrades within the VA or other federal agencies. Factors such as the scope of work, number of units upgraded, included features, and contract duration would need to be considered for a fair comparison. If data shows similar upgrades costing significantly less or more, it would indicate whether this award represents excellent value, is within market norms, or potentially over/underpriced. Without specific comparable data, assessing the value-for-money aspect remains preliminary.

What are the primary risks associated with this specific contract and the OMNICELL XT BRAINS UPGRADE?

Key risks for this contract include potential technical challenges during the upgrade process, such as integration issues with existing VA systems or unforeseen compatibility problems. There's also a risk of vendor lock-in, where the VA becomes heavily reliant on TRILLAMED LLC for future maintenance, support, and potential future upgrades, which could lead to higher long-term costs. Performance risk, related to the contractor's ability to deliver the upgrade on time and to specification, is another consideration. Finally, ensuring the upgrade meets the evolving clinical needs of the VA and provides a tangible return on investment are critical success factors.

How effective is the OMNICELL XT BRAINS UPGRADE expected to be in improving VA healthcare operations?

The effectiveness of the OMNICELL XT BRAINS UPGRADE is anticipated to be high, assuming successful implementation. Such upgrades typically aim to enhance the functionality, efficiency, and reliability of critical medical equipment. For the OMNICELL XT system, this could translate to improved medication management, reduced errors, better inventory control, and enhanced data analytics capabilities for the VA. The ultimate effectiveness will depend on the specific features of the upgrade, how well it is integrated into existing workflows, and the training provided to VA staff. Positive outcomes would be measured by improvements in patient safety, operational efficiency, and cost savings.

What have been the historical spending patterns for OMNICELL XT BRAINS UPGRADES or similar medical equipment at the VA?

Analyzing historical spending patterns for OMNICELL XT BRAINS UPGRADES or similar medical equipment at the VA is essential for context. This involves reviewing past contract awards for these specific systems or comparable technologies over several fiscal years. Understanding the volume of such procurements, average award values, and trends in spending can reveal whether this $2.97 million award is an outlier, consistent with previous investments, or indicative of a new strategic focus. It also helps in identifying potential fluctuations in pricing or demand for these types of upgrades within the VA.

What is the typical lifespan and expected return on investment for an OMNICELL XT BRAINS UPGRADE?

The typical lifespan for a significant upgrade like the OMNICELL XT BRAINS UPGRADE can range from 5 to 10 years, depending on the technology's obsolescence rate, the manufacturer's support lifecycle, and the intensity of its use. The return on investment (ROI) is usually measured by factors such as reduced operational costs (e.g., labor savings, reduced waste), improved patient safety leading to fewer adverse events and associated costs, enhanced efficiency in clinical workflows, and better data for decision-making. Quantifying the ROI requires a detailed analysis of pre- and post-upgrade metrics specific to the VA's operational environment.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical and Medical Instrument Manufacturing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 36C25725Q0856

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 30100 TELEGRAPH RD, BINGHAM FARMS, MI, 48025

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: $2,966,683

Exercised Options: $2,966,683

Current Obligation: $2,966,683

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-09-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-01-29

More Contracts from Trillamed LLC

View all Trillamed LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending