VA awards $48.5K for adaptive driving vans, enhancing mobility for veterans

Contract Overview

Contract Amount: $48,530 ($48.5K)

Contractor: Adaptive Driving Alliance, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-10

End Date: 2026-06-10

Contract Duration: 61 days

Daily Burn Rate: $796/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: PROS-SAFE PASSENGER VAN CONVERSION

Place of Performance

Location: CUYAHOGA FALLS, SUMMIT County, OHIO, 44221

State: Ohio Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $48,530.33 to ADAPTIVE DRIVING ALLIANCE, LLC for work described as: PROS-SAFE PASSENGER VAN CONVERSION Key points: 1. Contract focuses on specialized vehicle modifications to improve accessibility. 2. Competition was robust, suggesting fair pricing and market responsiveness. 3. Delivery order structure indicates a need for specific, timely equipment. 4. Fixed-price contract limits cost overrun risks for the government. 5. Geographic focus on Ohio for delivery and potential support. 6. Contractor has a specific niche in adaptive driving solutions.

Value Assessment

Rating: good

The contract value of $48,530.33 for a specialized passenger van conversion appears reasonable given the niche nature of adaptive driving equipment. Benchmarking against similar specialized vehicle modifications suggests this price falls within expected ranges. The firm fixed-price structure provides cost certainty, which is a positive indicator for value.

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 level of competition is ideal for ensuring the government receives competitive pricing and the best available solutions. The presence of multiple bidders suggests a healthy market for these specialized vehicle modifications.

Taxpayer Impact: Full and open competition generally leads to better price discovery and ensures taxpayer dollars are used efficiently by fostering a competitive environment.

Public Impact

Veterans in Ohio will benefit from increased mobility and independence. Specialized vans will be converted to meet specific adaptive driving needs. The geographic impact is concentrated in Ohio, where the delivery order is placed. Potential for increased demand for specialized automotive modification services.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for limited long-term support if contractor is sole provider of specific modifications.

Positive Signals

  • Contractor specializes in adaptive driving solutions, indicating expertise.
  • Firm fixed-price contract provides cost certainty.
  • Full and open competition suggests a competitive market.

Sector Analysis

This contract falls within the broader automotive manufacturing and modification sector, specifically focusing on specialized equipment for individuals with disabilities. The market for adaptive driving technology is growing, driven by an aging population and increased awareness of accessibility needs. This award represents a small but important segment of government spending on assistive technologies.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements mentioned. The award went to Adaptive Driving Alliance, LLC, which may or may not be a small business itself. Further analysis would be needed to determine the impact on the broader small business ecosystem.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. As a delivery order under a larger contract vehicle (implied), oversight would likely be managed by the Department of Veterans Affairs contracting officers. Transparency is maintained through federal contract databases. Inspector General jurisdiction would apply in cases of fraud or mismanagement.

Related Government Programs

  • Assistive Technology Contracts
  • Vehicle Modification Contracts
  • Department of Veterans Affairs Medical Equipment Procurement

Risk Flags

  • Potential for limited long-term support if contractor is sole provider of specific modifications.

Tags

veterans-affairs, adaptive-driving, van-conversion, firm-fixed-price, full-and-open-competition, delivery-order, ohio, assistive-technology, mobility-enhancement, automotive-modification

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $48,530.33 to ADAPTIVE DRIVING ALLIANCE, LLC. PROS-SAFE PASSENGER VAN CONVERSION

Who is the contractor on this award?

The obligated recipient is ADAPTIVE DRIVING ALLIANCE, 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 $48,530.33.

What is the period of performance?

Start: 2026-04-10. End: 2026-06-10.

What is the track record of Adaptive Driving Alliance, LLC in fulfilling government contracts?

Information regarding the specific track record of Adaptive Driving Alliance, LLC in fulfilling government contracts is not detailed in the provided data. However, the award of this delivery order suggests they possess the capability to meet the requirements. A deeper dive into the Federal Procurement Data System (FPDS) or other government contract databases would be necessary to assess their past performance, including any history of contract modifications, timely delivery, and quality of goods or services provided on previous federal awards. Understanding their experience with similar adaptive driving conversions for government agencies, particularly the VA, would provide further insight into their reliability and expertise.

How does the cost of this van conversion compare to similar specialized vehicle modifications?

The contract value of $48,530.33 for a specialized passenger van conversion is difficult to benchmark precisely without detailed specifications of the adaptive equipment required. However, custom vehicle modifications, especially those involving advanced adaptive driving technology (e.g., hand controls, lowered floors, specialized seating, electronic driving aids), can range significantly. Typically, such conversions can add anywhere from $15,000 to $70,000 or more to the base vehicle cost, depending on complexity. Given this range, the VA's award appears to be within the mid-to-upper end of expected costs for highly specialized modifications, suggesting a potentially fair price, especially considering the firm fixed-price nature which includes contractor risk.

What are the primary risks associated with this contract?

The primary risks associated with this contract include potential delays in delivery if the contractor faces supply chain issues for specialized components or manufacturing bottlenecks. Another risk is the long-term maintenance and support for the adaptive equipment; if the contractor is the sole provider of specific modifications or parts, future repair costs could be higher or support could be limited. Performance risk also exists, where the modifications might not perfectly meet the specific needs of the veteran, requiring rework or adjustments. Finally, while the firm fixed-price contract mitigates cost overrun risk for the government, there's a risk the contractor might cut corners on quality to maintain profitability if margins are tighter than anticipated.

How effective is this type of contract in meeting the needs of veterans requiring adaptive vehicles?

This type of contract, specifically a delivery order for adaptive driving van conversions under full and open competition, is generally effective in meeting the needs of veterans requiring adaptive vehicles. The competition ensures that the VA seeks out capable providers and competitive pricing. The firm fixed-price structure provides budget certainty. The focus on specialized modifications directly addresses the unique mobility challenges faced by veterans with service-connected disabilities. The effectiveness hinges on the VA's ability to accurately define requirements and the contractor's capability to deliver high-quality, reliable modifications that enhance the veteran's independence and quality of life. The short duration (delivery by June 2026) suggests a timely need is being addressed.

What is the historical spending pattern for similar adaptive vehicle modifications by the VA?

Historical spending patterns for similar adaptive vehicle modifications by the VA are not detailed in the provided data. However, the VA consistently procures a range of assistive technologies and durable medical equipment to support veterans' healthcare and mobility needs. Spending on vehicle modifications would fall under broader categories like 'Medical Supplies and Equipment' or 'Rehabilitation Services.' The VA's budget for these areas is substantial, reflecting a commitment to providing necessary aids. Analyzing past VA contracts for vehicle conversions, specialized wheelchairs, or other mobility-enhancing equipment would reveal trends in volume, average cost per unit, and types of modifications frequently procured. This specific award of $48.5K represents a single instance within potentially larger, recurring needs.

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: 111 STOW AVE STE 103, CUYAHOGA FALLS, OH, 44221

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

Financial Breakdown

Contract Ceiling: $48,530

Exercised Options: $48,530

Current Obligation: $48,530

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79722D0076

IDV Type: FSS

Timeline

Start Date: 2026-04-10

Current End Date: 2026-06-10

Potential End Date: 2026-06-10 00:00:00

Last Modified: 2026-04-07

More Contracts from Adaptive Driving Alliance, LLC

View all Adaptive Driving Alliance, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending