VA awards $17.1M contract for prosthetic devices, highlighting sole-source procurement for specialized needs
Contract Overview
Contract Amount: $17,137 ($17.1K)
Contractor: Martin Bionics Clinical Care LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-07
End Date: 2026-09-30
Contract Duration: 176 days
Daily Burn Rate: $97/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 $17,137.31 to MARTIN BIONICS CLINICAL CARE LLC for work described as: L5301 BK SOCKET Key points: 1. Contract awarded on a sole-source basis, indicating limited market availability or specific contractor capabilities. 2. The contract duration of 176 days suggests a short-term need or a bridge to a larger procurement. 3. Focus on prosthetic devices points to a critical healthcare need within the VA system. 4. The fixed-price contract type aims to control costs and provide budget certainty. 5. Awarded by the Department of Veterans Affairs, serving a specific veteran population. 6. The North American Industry Classification System (NAICS) code 339113 points to surgical appliance manufacturing.
Value Assessment
Rating: fair
Benchmarking the value of this $17.1 million contract is challenging without more detailed service descriptions or comparable contract data. Given it's a sole-source award for prosthetic devices, the pricing is likely influenced by specialized manufacturing and potentially limited competition. The fixed-price nature provides some cost control, but the absence of competitive bidding means a direct comparison to market rates is difficult. Further analysis would require understanding the specific types and quantities of prosthetic devices procured and their associated costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning the Department of Veterans Affairs identified a single contractor, MARTIN BIONICS CLINICAL CARE LLC, deemed capable of fulfilling the requirement. This approach is typically used when only one source is available or capable of meeting the unique needs of the procurement. The lack of competition means that price discovery through market forces was not utilized, potentially leading to higher costs than a competitively bid contract.
Taxpayer Impact: Sole-source awards limit opportunities for other businesses and can result in higher prices for taxpayers as the government does not benefit from competitive bidding.
Public Impact
Veterans requiring prosthetic devices will benefit from this contract, ensuring access to necessary medical equipment. The contract delivers essential surgical appliances and supplies to support veteran healthcare. The geographic impact is primarily within Texas (ST: TX), where the contractor is located, but the ultimate beneficiaries are veterans nationwide. This contract supports the specialized manufacturing workforce within the surgical appliance and supplies sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Short contract duration may indicate a temporary solution or a precursor to a larger, potentially more expensive, contract.
- Lack of transparency in the justification for sole-source procurement could hide inefficiencies.
Positive Signals
- Ensures timely access to critical prosthetic devices for veterans.
- Fixed-price contract provides cost certainty for the VA.
- Specialized contractor likely possesses unique expertise for these devices.
Sector Analysis
The surgical appliance and supplies manufacturing sector (NAICS 339113) is a specialized segment of the broader healthcare manufacturing industry. This contract falls within the government's procurement of medical equipment and supplies, a significant area of federal spending, particularly for agencies like the Department of Veterans Affairs. Comparable spending benchmarks would involve analyzing other VA or DoD contracts for prosthetic devices and related medical supplies, considering factors like volume, customization, and technological sophistication.
Small Business Impact
This contract does not appear to have a small business set-aside (SB: false). Given the sole-source nature, there is no indication of subcontracting opportunities for small businesses related to this specific award. The impact on the small business ecosystem is neutral to negative, as opportunities were not directed towards small business participation.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. Accountability measures are inherent in the firm fixed-price structure, which obligates the contractor to deliver specified goods within the agreed price. Transparency is limited due to the sole-source nature of the award; the justification for this procurement method would be key to assessing its appropriateness. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- VA Prosthetics and Sensory Aids Service
- Department of Defense Medical Equipment Procurement
- Federal Supply Schedule (FSS) for Medical Equipment
- VA Medical Care Programs
Risk Flags
- Sole-source award lacks competitive justification.
- Short contract duration may indicate a stop-gap measure.
- Potential for inflated pricing due to lack of competition.
Tags
healthcare, department-of-veterans-affairs, prosthetic-devices, medical-supplies, purchase-order, firm-fixed-price, sole-source, veterans, surgical-appliances, texas
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $17,137.31 to MARTIN BIONICS CLINICAL CARE LLC. L5301 BK SOCKET
Who is the contractor on this award?
The obligated recipient is MARTIN BIONICS CLINICAL CARE 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 $17,137.31.
What is the period of performance?
Start: 2026-04-07. End: 2026-09-30.
What is the specific justification for awarding this contract on a sole-source basis to MARTIN BIONICS CLINICAL CARE LLC?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or the absence of other responsible sources that can meet the government's requirements. For MARTIN BIONICS CLINICAL CARE LLC, this could relate to patented designs, specialized manufacturing processes, or a proven track record with specific types of advanced prosthetic devices that other manufacturers cannot replicate. Without the official Justification for Other Than Full and Open Competition (JOFOC) document, the precise reasons remain speculative. However, the VA would need to demonstrate that competition is not feasible or not in the government's best interest, often due to the highly specialized nature of the products or services required.
How does the $17.1 million contract value compare to historical VA spending on similar prosthetic devices?
Comparing this $17.1 million contract value to historical VA spending requires access to detailed historical procurement data for specific types of prosthetic devices. The VA's Prosthetics and Sensory Aids Service procures a wide range of devices, from basic to highly advanced custom-fitted prosthetics. A $17.1 million award over approximately six months (176 days) suggests a significant volume or high-value items. To benchmark effectively, one would need to identify comparable contracts awarded in previous years for similar quantities and types of prosthetics, factoring in inflation and technological advancements. Without such granular data, it's difficult to definitively state if this represents an increase, decrease, or stable spending trend.
What are the primary risks associated with a sole-source contract for critical medical supplies like prosthetic devices?
The primary risks associated with a sole-source contract for critical medical supplies like prosthetic devices include potential overpricing due to lack of competition, reduced incentive for the contractor to innovate or improve efficiency, and a vulnerability in the supply chain if the sole provider faces operational issues. Taxpayers may bear a higher cost compared to a competitive environment. Furthermore, the government becomes heavily reliant on a single entity, which can create leverage issues during negotiations and pose a risk if the contractor's performance falters or if they decide to exit the market. Ensuring rigorous oversight and performance management becomes even more critical in sole-source situations.
What is the expected impact of this contract on the availability and quality of prosthetic care for veterans?
This contract is expected to positively impact the availability and quality of prosthetic care for veterans by ensuring a supply of necessary devices. The Department of Veterans Affairs aims to provide veterans with state-of-the-art prosthetics to improve their quality of life and mobility. By awarding this contract, the VA is fulfilling its commitment to provide comprehensive healthcare services. The quality of care will depend on the specific devices procured and the contractor's ability to meet the VA's specifications and performance standards. The fixed-price nature suggests a focus on delivering defined products, which should maintain a certain level of quality as per the contract terms.
Are there any performance metrics or service level agreements (SLAs) associated with this purchase order?
As this is a Purchase Order (PO) with a Firm Fixed Price (FFP) contract type, it is highly likely to include specific performance metrics and delivery schedules outlined in the order's terms and conditions. While not explicitly detailed in the provided data, POs for medical supplies typically specify delivery timelines, quantities, quality standards (e.g., compliance with FDA regulations, ISO certifications), and potentially requirements for device functionality or warranty periods. Failure to meet these metrics could result in penalties, contract termination, or non-payment. The VA would monitor these aspects to ensure the contractor fulfills their obligations.
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: 214 E MAIN ST, OKLAHOMA CITY, OK, 73104
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,137
Exercised Options: $17,137
Current Obligation: $17,137
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-07
Current End Date: 2026-09-30
Potential End Date: 2026-09-30 00:00:00
Last Modified: 2026-04-07
More Contracts from Martin Bionics Clinical Care LLC
- Pros - Prosthetic Limb — $17.0K (Department of Veterans Affairs)
- Pros - Prosthetic Limb — $17.0K (Department of Veterans Affairs)
View all Martin Bionics Clinical Care LLC federal contracts →
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.)