VA awards $54K for ISTAR Edge G2 Controller Panels to Paladin Technologies under sole-source contract
Contract Overview
Contract Amount: $54,298 ($54.3K)
Contractor: Paladin Technologies (USA) Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-02-20
End Date: 2026-04-17
Contract Duration: 56 days
Daily Burn Rate: $970/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EMERGENCY - REPLACEMENT ISTAR EDGE G2 CONTROLLER PANELS
Place of Performance
Location: POWAY, SAN DIEGO County, CALIFORNIA, 92064
Plain-Language Summary
Department of Veterans Affairs obligated $54,298.06 to PALADIN TECHNOLOGIES (USA) INC. for work described as: EMERGENCY - REPLACEMENT ISTAR EDGE G2 CONTROLLER PANELS Key points: 1. The contract is for specialized communication equipment, indicating a niche market. 2. Paladin Technologies is the sole awardee, raising questions about competition. 3. The short performance period suggests an urgent need or a specific project phase. 4. The award is classified under 'Other Communications Equipment Manufacturing'.
Value Assessment
Rating: fair
The contract value of $54,298.06 is relatively small. Without specific benchmarks for ISTAR Edge G2 controller panels, it's difficult to definitively assess pricing. However, the sole-source nature may have limited price discovery.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded as a sole-source purchase order. This limits competitive pressure and may result in a higher price than if multiple vendors had bid.
Taxpayer Impact: The direct taxpayer impact is limited to the $54,298.06 awarded. However, the lack of competition could represent a missed opportunity for cost savings.
Public Impact
Veterans may experience improved communication systems due to the replacement controller panels. The acquisition supports the Department of Veterans Affairs' operational readiness. The use of sole-source contracting can impact the availability of similar equipment to other government agencies.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Lack of clear justification for sole-source.
- Short performance period may indicate urgency or rushed procurement.
Positive Signals
- Supports critical VA communication infrastructure.
- Specific equipment likely meets unique operational needs.
Sector Analysis
The award falls under 'Other Communications Equipment Manufacturing,' a broad category. Spending benchmarks for specialized ISTAR (Intelligence, Surveillance, Target Acquisition, and Reconnaissance) components are not readily available, making direct comparison difficult.
Small Business Impact
The data indicates this contract was not awarded to a small business. Further analysis would be needed to determine if small businesses were considered or had the capability to fulfill this requirement.
Oversight & Accountability
The award was made via a purchase order by the Department of Veterans Affairs. Oversight would focus on the justification for the sole-source award and adherence to procurement regulations.
Related Government Programs
- Other Communications Equipment Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award.
- Lack of competition.
- Potential for higher cost.
- Limited vendor options for future needs.
Tags
other-communications-equipment-manufactu, department-of-veterans-affairs, ca, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $54,298.06 to PALADIN TECHNOLOGIES (USA) INC.. EMERGENCY - REPLACEMENT ISTAR EDGE G2 CONTROLLER PANELS
Who is the contractor on this award?
The obligated recipient is PALADIN TECHNOLOGIES (USA) 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 $54,298.06.
What is the period of performance?
Start: 2026-02-20. End: 2026-04-17.
What is the specific operational need driving the requirement for ISTAR Edge G2 controller panels, and why is Paladin Technologies the only viable source?
The specific operational need likely relates to maintaining or upgrading critical Intelligence, Surveillance, Target Acquisition, and Reconnaissance (ISTAR) systems within the Department of Veterans Affairs. The sole-source justification is crucial here; it could stem from proprietary technology, unique compatibility requirements with existing systems, or a lack of other qualified vendors capable of producing or servicing these specialized panels within the required timeframe. Without this justification, the award raises concerns about fair opportunity.
What is the risk associated with a sole-source award for specialized communication equipment, particularly concerning long-term sustainment and potential obsolescence?
The primary risk of a sole-source award is the potential for inflated pricing due to a lack of competition. Furthermore, relying on a single vendor for specialized equipment can create long-term sustainment challenges if that vendor experiences financial difficulties, changes their product line, or discontinues support. This can also lead to vendor lock-in, making it difficult and costly to transition to alternative solutions or newer technologies if the equipment becomes obsolete.
How does this procurement contribute to the overall effectiveness of the VA's communication infrastructure and its mission to serve veterans?
This procurement directly contributes to the effectiveness of the VA's communication infrastructure by ensuring the proper functioning of ISTAR systems. These systems are vital for situational awareness, operational planning, and potentially for security or emergency response coordination within VA facilities. By replacing or upgrading controller panels, the VA aims to maintain the reliability and performance of these critical communication assets, thereby supporting its overarching mission to provide essential services to veterans.
Industry Classification
NAICS: Manufacturing › Communications Equipment Manufacturing › Other Communications Equipment Manufacturing
Product/Service Code: COMM/DETECT/COHERENT RADIATION
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 12 W 21ST ST FL 3R, NEW YORK, NY, 10010
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $54,298
Exercised Options: $54,298
Current Obligation: $54,298
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-02-20
Current End Date: 2026-04-17
Potential End Date: 2026-04-17 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.)