VA awards $15.7M contract for surgical appliances, highlighting manufacturing capabilities in California

Contract Overview

Contract Amount: $15,715 ($15.7K)

Contractor: Rampcousa, Inc.

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-08

End Date: 2026-06-09

Contract Duration: 62 days

Daily Burn Rate: $253/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: PROS LIFT

Place of Performance

Location: SACRAMENTO, SACRAMENTO County, CALIFORNIA, 95820

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $15,715 to RAMPCOUSA, INC. for work described as: PROS LIFT Key points: 1. Contract value of $15.7 million indicates significant demand for specialized medical supplies. 2. The award to RAMPCOUSA, INC. suggests a competitive procurement process for this category. 3. Focus on surgical appliances points to a critical need within the VA's healthcare services. 4. The short duration of the delivery order implies a need for immediate or time-sensitive supply. 5. Manufacturing sector relevance is underscored by the specific NAICS code for appliance production.

Value Assessment

Rating: good

The contract value of $15.7 million for surgical appliances appears reasonable given the specialized nature of the products. Without specific per-unit cost data or direct comparisons to similar VA contracts for identical items, a definitive value-for-money assessment is challenging. However, the firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is a positive indicator for the government. Benchmarking against industry standards for medical device manufacturing would provide further clarity on pricing efficiency.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This method is generally preferred as it fosters a competitive environment, potentially leading to better pricing and quality. The fact that it was competed suggests that the VA sought the best value from the market. The number of bidders is not specified, but the 'full and open' designation implies a robust selection process.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the chances of securing competitive pricing and ensures that government funds are used efficiently by leveraging market forces.

Public Impact

Veterans will benefit from timely access to necessary surgical appliances and supplies. The contract supports the VA's mission to provide comprehensive healthcare services to its beneficiaries. Geographic impact is centered in California, where the manufacturing and likely distribution will occur. The contract supports jobs within the surgical appliance manufacturing sector in California.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The surgical appliance and supplies manufacturing sector (NAICS 339113) is a vital part of the broader healthcare industry, encompassing the production of a wide range of medical devices and equipment. This contract fits within the VA's ongoing efforts to ensure a steady supply of essential medical goods for its patient population. Spending in this sector by federal agencies is substantial, driven by the healthcare needs of military personnel, veterans, and other beneficiaries. Comparable spending benchmarks would typically involve analyzing other large-scale procurements of similar medical supplies by the VA or other health-focused agencies.

Small Business Impact

The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary focus was on competition among all eligible vendors, regardless of size. While there's no explicit mention of subcontracting requirements for small businesses, large prime contractors often engage small businesses for specialized components or services. The absence of a small business set-aside means that opportunities for small businesses in this specific procurement were likely indirect, through potential subcontracting relationships rather than direct prime contract awards.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. Accountability is established through the firm fixed-price contract terms, requiring RAMPCOUSA, INC. to deliver specified goods by the agreed-upon deadline. Transparency is generally maintained through federal procurement databases where contract awards are published. The Inspector General's office within the VA would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

healthcare, veterans-affairs, medical-supplies, surgical-appliances, manufacturing, california, firm-fixed-price, full-and-open-competition, delivery-order, rampco-usa-inc

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $15,715 to RAMPCOUSA, INC.. PROS LIFT

Who is the contractor on this award?

The obligated recipient is RAMPCOUSA, INC..

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 $15,715.

What is the period of performance?

Start: 2026-04-08. End: 2026-06-09.

What is RAMPCOUSA, INC.'s track record with the Department of Veterans Affairs and other federal agencies?

Assessing RAMPCOUSA, INC.'s track record requires accessing historical contract data. A review of federal procurement databases (like SAM.gov or FPDS) would reveal past awards, performance ratings (if available), and any history of contract disputes or terminations. For instance, if RAMPCOUSA, INC. has a history of successful, on-time deliveries for similar medical supplies to the VA or other agencies like the Department of Defense, it would indicate a lower performance risk for this new $15.7 million award. Conversely, a history of late deliveries, quality issues, or significant cost overruns on previous contracts would raise concerns about their ability to meet the current contract's requirements. Without this specific historical data, the assessment relies heavily on the competitive nature of the current award and the firm fixed-price structure to mitigate risk.

How does the $15.7 million award compare to historical VA spending on surgical appliances?

To benchmark the $15.7 million award, one would need to analyze historical VA spending patterns for surgical appliances and related supplies. This involves querying federal procurement data for similar NAICS codes (like 339113) and contract types over several fiscal years. For example, if the VA has consistently awarded contracts in the range of $10-20 million annually for these types of goods, then this award appears to be within a typical spending range. If, however, this figure represents a significant increase or decrease compared to historical averages, it might warrant further investigation. Factors such as inflation, changes in veteran population needs, or shifts in procurement strategies could explain deviations. Understanding this context helps determine if the current award reflects market trends or potential anomalies in pricing or volume.

What are the key performance risks associated with this specific contract for surgical appliances?

Key performance risks for this contract include potential supply chain disruptions, quality control issues with the manufactured appliances, and timely delivery within the specified period. Given that the contract is for surgical appliances, any lapse in quality could have direct implications for patient safety and care. Supply chain vulnerabilities, especially in the current global economic climate, could lead to delays or increased costs, although the firm fixed-price structure places this risk primarily on the contractor. The short duration (delivery order ending June 2026) also implies a need for efficient production and logistics. The VA's oversight and the contractor's internal quality assurance processes are critical mitigation factors. Performance metrics, if defined in the contract beyond simple delivery, would offer clearer insights into risk.

How effective is the firm fixed-price (FFP) contract type in ensuring value for money for this surgical appliance procurement?

The firm fixed-price (FFP) contract type is generally considered effective in ensuring value for money when the scope of work is well-defined and the risks are understood. For the procurement of surgical appliances, where specifications are likely standardized, FFP shifts the risk of cost overruns to the contractor, RAMPCOUSA, INC. This incentivizes the contractor to manage costs efficiently and deliver the product at the agreed-upon price. For the VA, this means greater cost certainty and predictability. The primary benefit for value for money is that the government pays a set price, and any savings achieved by the contractor are retained by them, while any cost increases are absorbed by the contractor. This structure encourages competitive bidding based on price and performance, leading to potentially better deals for the taxpayer.

What is the significance of the NAICS code 339113 (Surgical Appliance and Supplies Manufacturing) in understanding this contract's scope?

The NAICS code 339113, 'Surgical Appliance and Supplies Manufacturing,' is crucial as it precisely defines the industry and product category for this contract. It signifies that the procurement is for goods manufactured by companies specializing in items like artificial limbs, braces, trusses, surgical bandages, sterile dressings, and other medical/surgical appliances and supplies. This specificity helps in benchmarking the contract against similar procurements within the healthcare manufacturing sector. It also informs the assessment of the contractor's capabilities, as RAMPCOUSA, INC. must possess the expertise and facilities relevant to this manufacturing domain. Understanding this code aids in identifying potential risks related to specialized manufacturing processes, regulatory compliance (e.g., FDA standards), and the competitive landscape within this niche.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical Appliance and Supplies 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: 2810 REDDING AVE, SACRAMENTO, CA, 95820

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $15,715

Exercised Options: $15,715

Current Obligation: $15,715

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79724D0005

IDV Type: FSS

Timeline

Start Date: 2026-04-08

Current End Date: 2026-06-09

Potential End Date: 2026-06-09 00:00:00

Last Modified: 2026-04-07

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending