VA awards $49K stairlift contract to Harmar Mobility, LLC under full and open competition

Contract Overview

Contract Amount: $49,367 ($49.4K)

Contractor: Harmar Mobility, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-03-12

End Date: 2026-10-31

Contract Duration: 233 days

Daily Burn Rate: $212/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: EXPRESS REPORT: CLS580/CSL590 - STAIRLIFT

Place of Performance

Location: SAN ANTONIO, BEXAR County, TEXAS, 78229

State: Texas Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $49,367.33 to HARMAR MOBILITY, LLC for work described as: EXPRESS REPORT: CLS580/CSL590 - STAIRLIFT Key points: 1. Contract awarded for stairlift equipment, a critical component for mobility assistance. 2. Full and open competition suggests a competitive bidding process was utilized. 3. The contract value is relatively small, indicating a specific need or limited scope. 4. Fixed-price contract type helps manage cost certainty for the government. 5. Delivery order structure allows for flexibility in procurement timing. 6. The awardee, Harmar Mobility, LLC, is positioned to provide specialized equipment.

Value Assessment

Rating: good

The contract value of approximately $49,367 is modest, suggesting it covers a specific need for stairlift equipment rather than a large-scale program. Benchmarking against similar contracts for specialized mobility devices would be necessary for a precise value-for-money assessment. However, the firm-fixed-price structure provides cost predictability. The award to Harmar Mobility, LLC, a known provider in this space, suggests a reasonable selection, assuming their pricing is competitive within the market for such devices.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition,' indicating that all responsible sources were permitted to submit bids. This approach generally fosters a competitive environment, potentially leading to better pricing and terms for the government. The specific number of bidders is not provided, but the designation implies a robust competition was sought.

Taxpayer Impact: A full and open competition process is favorable for taxpayers as it maximizes the potential for cost savings through competitive bidding, ensuring the government receives the best value for its expenditure.

Public Impact

Veterans requiring mobility assistance will benefit from the provision of stairlift equipment. The services delivered include the supply of specialized equipment to enhance accessibility. The contract is geographically focused on Texas (TX), indicating the primary service area. The contract supports the healthcare and accessibility needs of veterans.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific details on the number of bidders limits the assessment of competitive intensity.
  • The relatively short performance period (approx. 7 months) may indicate a pilot or specific, time-bound need.
  • No information provided on installation, maintenance, or training services, which could impact overall value.

Positive Signals

  • Awarded under full and open competition, suggesting a fair and broad solicitation process.
  • Firm-fixed-price contract type provides cost certainty.
  • Awardee is a specialized provider, likely possessing relevant expertise.

Sector Analysis

The market for durable medical equipment, including stairlifts, is a specialized segment within the broader healthcare and assistive technology sector. This contract fits within the government's procurement of medical devices to support patient care and accessibility, particularly for veterans. Spending in this area is driven by healthcare needs, aging populations, and government mandates for accessibility. Comparable spending benchmarks would typically be found within the Department of Veterans Affairs' broader medical equipment procurement categories.

Small Business Impact

The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific benefits to the small business ecosystem stemming from this particular award. The focus was on full and open competition, which prioritizes the best value regardless of business size.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. Accountability is ensured through the firm-fixed-price terms, requiring delivery of the specified equipment. Transparency is facilitated by the public nature of federal contract awards, allowing for general review. Specific Inspector General jurisdiction would depend on any potential fraud, waste, or abuse identified within the contract's execution.

Related Government Programs

  • Department of Veterans Affairs Medical Equipment Procurement
  • Assistive Technology for Disabled Individuals
  • Home Health and Accessibility Modifications

Risk Flags

  • Potential for delivery delays
  • Risk of equipment malfunction or defects
  • Adequacy of contractor support and maintenance (if applicable)
  • Ensuring competitive pricing in a specialized market

Tags

healthcare, department-of-veterans-affairs, texas, delivery-order, firm-fixed-price, full-and-open-competition, medical-equipment, mobility-assistance, veterans, small-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $49,367.33 to HARMAR MOBILITY, LLC. EXPRESS REPORT: CLS580/CSL590 - STAIRLIFT

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 $49,367.33.

What is the period of performance?

Start: 2026-03-12. End: 2026-10-31.

What is the track record of Harmar Mobility, LLC in fulfilling federal contracts, particularly for the Department of Veterans Affairs?

A review of federal procurement data would be necessary to fully assess Harmar Mobility, LLC's track record. Specifically, one would look for past performance ratings on similar contracts, any history of contract disputes or terminations, and the volume and type of previous awards. For contracts with the Department of Veterans Affairs (VA), it's important to see if they have successfully delivered similar mobility equipment in the past and if their performance was rated positively. Without specific past performance data tied to this award, it's assumed the VA conducted due diligence during the selection process, but a deeper dive into their contract history would provide a more robust understanding of their reliability and capability.

How does the awarded price compare to market rates for similar stairlift installations and equipment?

To benchmark the value for money, the awarded price of approximately $49,367 needs to be compared against prevailing market rates for comparable stairlift models and installation services. This would involve researching prices from other manufacturers and suppliers, considering factors like the specific type of stairlift (e.g., straight, curved, outdoor), features, warranty, and installation complexity. The Department of Veterans Affairs likely conducted some level of price analysis as part of their procurement process to ensure the price was fair and reasonable. However, external market research would provide an independent assessment of whether this contract represents good value or if the government may have overpaid or secured a favorable rate.

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

Potential performance risks for this contract could include delays in delivery or installation, equipment malfunction, or inadequate training for users. Given the relatively short performance period (ending October 31, 2026), timely execution is crucial. Mitigation strategies typically involve clear contract terms and conditions, performance standards, and potentially penalties for non-compliance. The firm-fixed-price nature of the contract incentivizes the contractor to meet specifications to receive payment. The VA's oversight and acceptance process would also serve as a key mitigation factor, ensuring the equipment meets required standards before final payment is made. The specific details of the contract's statement of work would outline further risk mitigation measures.

What is the expected effectiveness of this contract in improving veteran mobility and quality of life?

The effectiveness of this contract hinges on the successful installation and reliable operation of the stairlifts provided. For veterans experiencing mobility challenges, a functional stairlift can significantly improve their ability to navigate their homes, enhancing independence and quality of life. The VA's objective is to provide necessary medical equipment to support veterans' health and well-being. The effectiveness will be measured by the extent to which the equipment meets the specific needs of the intended recipients, reduces fall risks, and facilitates easier movement within their living spaces. User satisfaction and long-term reliability of the devices will be key indicators of success.

What has been the historical spending pattern for stairlifts or similar mobility equipment by the Department of Veterans Affairs?

Analyzing historical spending patterns for stairlifts and related mobility equipment by the VA would provide context for the current award. This involves examining previous contract awards for similar items, their values, durations, and the contractors involved over several fiscal years. Understanding historical spending can reveal trends, identify potential increases or decreases in demand, and highlight any shifts in procurement strategies or pricing. For instance, a consistent pattern of awarding similar contracts to the same vendors might suggest established relationships or a lack of broader competition. Conversely, fluctuating spending could indicate changing needs or a more dynamic market engagement.

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: $49,367

Exercised Options: $49,367

Current Obligation: $49,367

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79718D0572

IDV Type: FSS

Timeline

Start Date: 2026-03-12

Current End Date: 2026-10-31

Potential End Date: 2026-10-31 00:00:00

Last Modified: 2026-04-02

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