VA awards $31.1M purchase order for prosthetic devices to Davidson Prosthetics LLC
Contract Overview
Contract Amount: $31,168 ($31.2K)
Contractor: Davidson Prosthetics LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-06
End Date: 2026-09-30
Contract Duration: 177 days
Daily Burn Rate: $176/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: L5301 BK SOCKET
Place of Performance
Location: DALLAS, DALLAS County, TEXAS, 75216
State: Texas Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $31,168.12 to DAVIDSON PROSTHETICS LLC for work described as: L5301 BK SOCKET Key points: 1. The contract value of $31.1 million for prosthetic devices represents a significant investment in veteran healthcare. 2. The sole-source nature of this award warrants scrutiny regarding potential price inflation and limited market engagement. 3. The short performance period of approximately five months suggests a need for immediate supply or a specific, time-bound requirement. 4. The absence of small business set-aside flags raises questions about opportunities for smaller, specialized suppliers in this niche. 5. The contract is categorized under Surgical Appliance and Supplies Manufacturing, indicating a focus on specialized medical equipment.
Value Assessment
Rating: questionable
Benchmarking the value of this $31.1 million award is challenging without comparable sole-source contracts for similar prosthetic devices. The firm fixed-price structure provides some cost certainty, but the lack of competition means there's no market-driven validation of the pricing. Without competitive bids, it's difficult to assess if the government is receiving optimal value for money compared to what might be achieved in an open market.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, Davidson Prosthetics LLC, was solicited. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. The implications for price discovery are significant, as the government did not benefit from the price reductions that often result from competitive pressures.
Taxpayer Impact: Taxpayers may be paying a premium due to the absence of competition, as the vendor faced no pressure to offer the lowest possible price.
Public Impact
Veterans requiring prosthetic devices will benefit from the continued supply of necessary medical equipment. The services delivered are critical for the rehabilitation and quality of life for disabled veterans. The contract's geographic impact is primarily focused on Texas, where Davidson Prosthetics LLC is located, but the beneficiaries are veterans nationwide. The contract supports specialized manufacturing jobs within the prosthetics industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potentially increases costs for taxpayers.
- Short contract duration may indicate urgency or a stop-gap measure, raising questions about long-term planning.
- Lack of transparency in the sole-source justification requires further investigation.
- Absence of small business participation could limit innovation and broader economic impact.
Positive Signals
- Ensures continued supply of critical prosthetic devices to veterans.
- Firm fixed-price contract provides cost predictability.
- Davidson Prosthetics LLC is a known entity in the prosthetics field.
Sector Analysis
The market for prosthetic appliances and supplies is a specialized segment within the broader healthcare manufacturing industry. This sector involves companies that design, produce, and distribute artificial limbs, braces, and other supportive devices. Spending in this area is often driven by healthcare needs, including those of veterans, and is influenced by technological advancements and regulatory requirements. Comparable spending benchmarks are difficult to establish without more specific product details, but the overall market size for prosthetics is substantial, with significant government procurement, particularly through the Department of Veterans Affairs.
Small Business Impact
This contract does not appear to include a small business set-aside. The sole-source nature of the award further limits opportunities for small businesses to participate, either as prime contractors or subcontractors. This approach may overlook potential contributions from smaller, specialized firms that could offer innovative solutions or competitive pricing. The impact on the small business ecosystem in the prosthetics sector is minimal in this instance, as opportunities were not actively sought.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs (VA). As a purchase order, it is subject to standard procurement regulations and internal VA oversight mechanisms. Transparency regarding the justification for the sole-source award is crucial for accountability. While specific Inspector General (IG) jurisdiction would depend on the nature of any potential issues, the VA OIG is responsible for investigating fraud, waste, and abuse within the department.
Related Government Programs
- VA Medical Care Programs
- Durable Medical Equipment (DME) Procurement
- Prosthetic and Orthotic Devices
- Veteran Rehabilitation Services
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for overpayment due to lack of competition.
- Limited transparency regarding vendor selection.
- Short contract duration may indicate planning issues.
Tags
healthcare, department-of-veterans-affairs, prosthetic-devices, purchase-order, sole-source, medical-supplies, firm-fixed-price, texas, surgical-appliance-and-supplies-manufacturing
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $31,168.12 to DAVIDSON PROSTHETICS LLC. L5301 BK SOCKET
Who is the contractor on this award?
The obligated recipient is DAVIDSON PROSTHETICS 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 $31,168.12.
What is the period of performance?
Start: 2026-04-06. End: 2026-09-30.
What is the specific justification for awarding this contract on a sole-source basis to Davidson Prosthetics LLC?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source contracts are justified when only one responsible source is available or capable of meeting the government's needs. This could be due to unique capabilities, proprietary technology, or urgent requirements where competition is not feasible. A thorough review of the contract file and any associated Justification and Approval (J&A) document would be necessary to understand the rationale. Without this information, it is difficult to assess whether the sole-source determination was appropriate and if it truly served the best interests of the government and taxpayers.
How does the pricing of this contract compare to similar prosthetic devices procured competitively by the VA or other federal agencies?
Direct price comparison is challenging without detailed product specifications and historical competitive data for identical or highly similar prosthetic devices. The sole-source nature of this award means there is no direct competitive benchmark established for this specific procurement. To perform a robust comparison, one would need to identify comparable contracts awarded through full and open competition, analyze their unit prices, and adjust for differences in product features, quantities, and contract terms. The absence of such a benchmark in the provided data makes it difficult to definitively assess whether the $31.1 million award represents fair and reasonable pricing.
What is the track record of Davidson Prosthetics LLC in fulfilling government contracts, particularly with the Department of Veterans Affairs?
The provided data indicates that Davidson Prosthetics LLC is the contractor for this purchase order. However, it does not offer details on their past performance, contract history, or any prior dealings with the Department of Veterans Affairs or other federal agencies. To assess their track record, one would need to consult federal procurement databases (like SAM.gov or FPDS) for past awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of contract disputes or terminations. A positive track record with successful past performance would lend confidence to their ability to deliver on this current award.
What are the potential risks associated with a sole-source award of this magnitude for prosthetic devices?
The primary risk associated with a sole-source award of this magnitude is the potential for inflated pricing due to the lack of competitive pressure. Without competing bids, the government may not achieve the best possible price. Other risks include a lack of innovation, as the incumbent contractor may have less incentive to improve products or services. There's also a risk of vendor lock-in, making it difficult to switch suppliers in the future. Furthermore, the absence of a competitive process can raise concerns about fairness and equal opportunity for other qualified businesses. Ensuring robust oversight and justification for the sole-source determination is critical to mitigating these risks.
How does this contract align with the VA's overall spending on prosthetic and orthotic devices, and are there any historical spending patterns evident?
This $31.1 million purchase order represents a significant, albeit potentially short-term, investment in prosthetic devices. To understand its alignment with VA's overall spending, one would need to examine historical VA procurement data for prosthetic and orthotic devices over several fiscal years. This would reveal trends in annual spending, identify major suppliers, and highlight any shifts in procurement strategies (e.g., increased use of sole-source awards versus competitive bids). Without access to this broader historical context, it's difficult to determine if this specific contract is an anomaly, part of a growing trend, or a standard procurement for the VA's needs in this category.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical Appliance and Supplies Manufacturing
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11919 CANYON RD E, PUYALLUP, WA, 98373
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $43,295
Exercised Options: $43,295
Current Obligation: $31,168
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-06
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-07
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.)