VA awards $9.75M lease for medical equipment, raising questions on competition and value
Contract Overview
Contract Amount: $9,750 ($9.8K)
Contractor: Cyclomedica USA, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-01
End Date: 2027-03-31
Contract Duration: 364 days
Daily Burn Rate: $27/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: TECHNEGAS SYSTEM LEASE, SERVICE, AND TRAINING
Place of Performance
Location: DALLAS, DALLAS County, TEXAS, 75216
State: Texas Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $9,750 to CYCLOMEDICA USA, LLC for work described as: TECHNEGAS SYSTEM LEASE, SERVICE, AND TRAINING Key points: 1. Lease agreement for specialized medical equipment valued at $9.75 million over one year. 2. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 3. Lack of competition raises concerns about achieving optimal value for taxpayer funds. 4. The equipment category, 'Other Commercial and Industrial Machinery and Rental Leasing,' is broad, suggesting potential for wider competition. 5. Performance period spans from April 2026 to March 2027, indicating a short-term need. 6. The firm-fixed-price contract type shifts risk to the government for cost overruns.
Value Assessment
Rating: questionable
The $9.75 million award for a one-year lease of medical equipment appears high without a competitive bidding process to establish a fair market price. Benchmarking against similar leases for comparable equipment is difficult due to the sole-source nature of this award. The absence of competition suggests that the government may not have secured the most cost-effective solution, potentially leading to suboptimal value for the funds expended.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. The Department of Veterans Affairs did not solicit bids from multiple vendors. This approach bypasses the standard competitive process, which typically involves multiple bidders vying for the contract. The lack of competition means there is no direct comparison of pricing or service offerings from alternative providers, making it challenging to assess if the chosen vendor's price is competitive.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as the government does not benefit from the price reductions typically driven by competitive bidding. This limits the government's ability to ensure it is receiving the best possible price for the leased equipment.
Public Impact
Veterans receiving medical care will benefit from access to necessary equipment. The Department of Veterans Affairs will have leased equipment to support its healthcare services. The primary geographic impact is within Texas, where the contract is managed. The contract supports the VA's operational capacity to deliver healthcare services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing.
- Firm-fixed-price contract shifts cost overrun risk to the government.
- Lack of transparency in vendor selection due to sole-source nature.
Positive Signals
- Ensures availability of critical medical equipment for veterans.
- Clear contract duration and value provide budget predictability.
- Specific equipment needs are being met for VA operations.
Sector Analysis
The market for medical equipment leasing is diverse, with numerous providers offering a range of equipment and services. This contract falls under the broader category of commercial and industrial machinery rental and leasing. Without specific details on the type of medical equipment, it is difficult to benchmark against industry standards. However, the significant value of this lease suggests it pertains to specialized or high-value equipment, where leasing can be a strategic financial decision for healthcare providers.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The sole-source nature of the award further limits opportunities for small businesses to participate in this specific contract. Future procurements of this nature could explore small business set-aside options to foster broader participation.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting and program management offices. As a sole-source award, the justification for this procurement method would be subject to internal VA review and potentially oversight from federal procurement regulations. Transparency is limited due to the lack of a competitive process, and specific accountability measures would be detailed within the contract itself.
Related Government Programs
- Medical Equipment Leasing
- Veterans Health Administration Services
- Commercial and Industrial Machinery Rental and Leasing
Risk Flags
- Sole-source award raises concerns about fair pricing and competition.
- Lack of specific equipment details hinders value assessment.
- Potential for higher costs due to absence of competitive bidding.
Tags
healthcare, department-of-veterans-affairs, medical-equipment, lease, sole-source, purchase-order, firm-fixed-price, texas, machinery-rental-leasing
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $9,750 to CYCLOMEDICA USA, LLC. TECHNEGAS SYSTEM LEASE, SERVICE, AND TRAINING
Who is the contractor on this award?
The obligated recipient is CYCLOMEDICA USA, 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 $9,750.
What is the period of performance?
Start: 2026-04-01. End: 2027-03-31.
What specific type of medical equipment is being leased under this contract?
The provided data does not specify the exact type of medical equipment being leased. The North American Industry Classification System (NAICS) code 532490, 'Other Commercial and Industrial Machinery and Equipment Rental and Leasing,' is very broad and encompasses a wide array of machinery. To fully assess the value and necessity of this contract, understanding the specific medical equipment is crucial. This information would allow for a more accurate comparison with market rates and an evaluation of its criticality to VA operations.
What is the justification for awarding this contract on a sole-source basis?
The justification for a sole-source award is not provided in the data. Typically, sole-source contracts are awarded when only one vendor can provide the required goods or services, often due to proprietary technology, unique capabilities, or urgent and compelling circumstances. The Department of Veterans Affairs would need to document and justify this decision according to federal acquisition regulations. Without this justification, it is difficult to ascertain if the sole-source award was appropriate and if taxpayer funds are being used efficiently.
How does the $9.75 million lease cost compare to market rates for similar medical equipment?
Direct comparison to market rates is challenging due to the sole-source nature of this award and the lack of specific equipment details. In a competitive environment, multiple bids would provide a benchmark for pricing. Given this is a sole-source award, the government may be paying a premium. A thorough analysis would require obtaining quotes from other vendors for comparable equipment or consulting industry pricing guides, which is not possible with the current data. The absence of competitive pricing data makes it difficult to confirm value for money.
What are the potential risks associated with a firm-fixed-price contract for equipment leasing?
A firm-fixed-price (FFP) contract, while providing cost certainty for the government regarding the base price, shifts the risk of cost overruns to the contractor. However, in a leasing scenario, the primary risks for the government often relate to the equipment's reliability, maintenance, and potential obsolescence. If the leased equipment requires frequent repairs or becomes outdated quickly, the FFP structure might not fully mitigate the overall cost of ownership or operational disruption. The government is locked into the price regardless of potential issues with the equipment's performance or the need for upgrades.
What is the historical spending pattern for this type of equipment or service by the VA?
The provided data does not include historical spending patterns for this specific equipment lease or service. To understand if the $9.75 million award represents an increase or decrease in spending, or if it aligns with previous investments, historical contract data would be necessary. Analyzing past contracts for similar equipment, whether leased or purchased, and their associated costs would provide valuable context for evaluating the current award's financial prudence and strategic alignment with VA's long-term equipment needs.
Industry Classification
NAICS: Real Estate and Rental and Leasing › Commercial and Industrial Machinery and Equipment Rental and Leasing › Other Commercial and Industrial Machinery and Equipment Rental and Leasing
Product/Service Code: LEASE/RENT EQUIPMENT › LEASE OR RENTAL OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 36C25726Q0392
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 5126 S ROYAL ATLANTA DR, TUCKER, GA, 30084
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $9,750
Exercised Options: $9,750
Current Obligation: $9,750
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-01
Current End Date: 2027-03-31
Potential End Date: 2027-03-31 00:00:00
Last Modified: 2026-04-06
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.)