VA awards $20.5M contract for vertical platform lifts to Harmar Mobility, LLC
Contract Overview
Contract Amount: $20,522 ($20.5K)
Contractor: Harmar Mobility, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-01-06
End Date: 2024-01-06
Contract Duration: 365 days
Daily Burn Rate: $56/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: VERTICAL PLATFORM LIFT
Place of Performance
Location: SARASOTA, SARASOTA County, FLORIDA, 34234
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $20,522.21 to HARMAR MOBILITY, LLC for work described as: VERTICAL PLATFORM LIFT Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract is a delivery order with a firm fixed price, providing cost certainty. 3. The duration of the contract is one year, indicating a need for immediate or short-term services. 4. The North American Industry Classification System (NAICS) code 339112 points to surgical and medical instrument manufacturing, though the service is platform lifts. 5. The awardee, Harmar Mobility, LLC, is a single entity, highlighting the specific supplier for this requirement. 6. The contract is geographically focused on Florida (ST: FL, SN: FLORIDA).
Value Assessment
Rating: good
The contract value of $20.5 million for a one-year period for vertical platform lifts appears reasonable given the specialized nature of the equipment. Benchmarking against similar contracts for medical mobility devices would provide a more precise value-for-money assessment. However, the firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is a positive indicator for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The fact that it was competed suggests that the VA sought the best value through a competitive process. The number of bidders is not specified, but full and open competition generally leads to better price discovery and potentially lower costs for the government compared to sole-source or limited competition.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages multiple vendors to offer their best pricing and services, leading to a more cost-effective procurement.
Public Impact
Veterans in Florida will benefit from improved accessibility through the provision of vertical platform lifts. The services delivered will enhance mobility and independence for individuals requiring assistance with vertical movement. The geographic impact is concentrated in Florida, serving the needs of veterans within that state. The contract supports the healthcare and medical equipment sector, potentially impacting related workforces involved in manufacturing, installation, and maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition if only a few manufacturers can produce these specialized lifts.
- Dependence on a single awardee for a critical medical equipment need.
- The NAICS code mismatch (medical instruments vs. platform lifts) warrants clarification on the specific product/service procured.
Positive Signals
- Awarded through full and open competition, maximizing potential for competitive pricing.
- Firm fixed-price contract provides cost certainty for the government.
- Clear duration of one year allows for reassessment of needs and competition in the future.
Sector Analysis
The market for vertical platform lifts falls within the broader medical equipment and accessibility solutions sector. This sector is characterized by specialized manufacturing and a focus on user safety and compliance with accessibility standards. The contract value of $20.5 million for a one-year period is significant, suggesting a substantial requirement for these devices, potentially for multiple VA facilities or a large veteran population within a specific region. Comparable spending benchmarks would depend on the specific type and volume of lifts procured.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. The impact on the small business ecosystem is likely minimal unless small businesses are involved as subcontractors to the prime awardee, Harmar Mobility, LLC.
Oversight & Accountability
Oversight for this contract would typically be managed by the Department of Veterans Affairs contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract type, requiring delivery of specified goods within the agreed price. Transparency is facilitated by the public nature of contract awards, though specific performance metrics and oversight reports may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- VA Medical Equipment Procurement
- Accessibility Solutions for Veterans
- Healthcare Facility Support Services
- Medical Instrument Manufacturing
Risk Flags
- NAICS Code Mismatch
- Potential Contractor Dependency
- Geographic Concentration Risk
Tags
vertical-platform-lift, medical-equipment, veterans-affairs, florida, delivery-order, firm-fixed-price, full-and-open-competition, healthcare-sector, mobility-solutions, accessibility
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $20,522.21 to HARMAR MOBILITY, LLC. VERTICAL PLATFORM LIFT
Who is the contractor on this award?
The obligated recipient is HARMAR MOBILITY, 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 $20,522.21.
What is the period of performance?
Start: 2023-01-06. End: 2024-01-06.
What is the specific type and model of vertical platform lift being procured under this contract, and what are the key technical specifications?
The provided data does not specify the exact type or model of vertical platform lift. The NAICS code 339112 (Surgical and Medical Instrument Manufacturing) is somewhat incongruous with 'Vertical Platform Lift,' which might fall under construction-related equipment or specialized mobility devices. Clarification is needed on whether these are integrated into medical facilities, used for patient transport, or for general accessibility. Understanding the technical specifications is crucial for assessing the suitability of the procured items for their intended purpose and for benchmarking against similar products in the market.
How does the unit cost or overall contract value compare to similar vertical platform lift procurements by the VA or other federal agencies?
Without specific details on the quantity and technical specifications of the vertical platform lifts, a direct unit cost comparison is challenging. The total contract value of $20.5 million over one year suggests a significant volume or high-value units. To benchmark effectively, one would need to identify comparable contracts for similar lifts (e.g., capacity, travel height, features) awarded by the VA or other agencies like GSA or DoD. Analyzing the price per lift, factoring in installation and maintenance if included, would provide a clearer picture of value for money. The firm fixed-price nature suggests the government has secured a ceiling price.
What is Harmar Mobility, LLC's track record with the VA and other government agencies regarding performance, delivery, and quality of similar products?
Harmar Mobility, LLC's performance history with the VA and other government entities is a key indicator of reliability. A review of past performance evaluations, contract awards, and any reported disputes or terminations would be necessary. Assessing their experience with large-scale procurements, adherence to delivery schedules, and the quality of previously supplied mobility or medical equipment would inform the risk assessment for this $20.5 million contract. Information on their financial stability and capacity to meet the demand is also relevant.
What are the primary intended uses and the expected impact of these vertical platform lifts on veteran healthcare services and accessibility in Florida?
The primary intended use of these vertical platform lifts is to enhance accessibility for veterans, likely within VA facilities or potentially in their homes if the contract includes such provisions. The expected impact is improved mobility and independence for veterans with disabilities or mobility impairments, facilitating easier access to different levels within buildings or overcoming environmental barriers. For Florida-based veterans, this could mean better access to healthcare appointments, rehabilitation services, and other essential support, thereby improving their quality of life and enabling more effective healthcare delivery.
What risk indicators are associated with this contract, considering the awardee, contract type, and duration?
Potential risk indicators include the dependence on a single awardee, Harmar Mobility, LLC, for a critical need, which could lead to supply chain vulnerabilities or lack of future competitive pressure if performance is unsatisfactory. The one-year duration, while allowing for reassessment, also means the VA needs to re-compete or extend relatively quickly. The NAICS code mismatch warrants investigation to ensure the correct product is being procured. Performance risks are mitigated by the firm fixed-price structure, but risks related to contractor capacity, unforeseen technical issues, or logistical challenges in Florida could still exist.
How does this contract fit into the VA's broader strategy for providing medical equipment and accessibility solutions to veterans, particularly in the Southeast region?
This $20.5 million contract for vertical platform lifts in Florida aligns with the VA's strategic objective to ensure veterans have access to necessary medical equipment and assistive technologies. It addresses physical accessibility, a critical component of healthcare delivery and veteran well-being. The concentration in Florida suggests a targeted approach to meet the needs of a significant veteran population in the Southeast region. This procurement likely complements other VA initiatives aimed at improving healthcare infrastructure and patient experience, ensuring equitable access regardless of physical limitations.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical and Medical Instrument 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: 2075 47TH ST, SARASOTA, FL, 34234
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $20,522
Exercised Options: $20,522
Current Obligation: $20,522
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79718D0572
IDV Type: FSS
Timeline
Start Date: 2023-01-06
Current End Date: 2024-01-06
Potential End Date: 2024-01-06 00:00:00
Last Modified: 2026-04-06
More Contracts from Harmar Mobility, LLC
- Express Report: Cls580/Csl590 - Stairlift — $49.4K (Department of Veterans Affairs)
- Express Report: Curved Stair Lift — $38.3K (Department of Veterans Affairs)
- Stair Lift — $22.9K (Department of Veterans Affairs)
- Stair Glide, CSL-590 - Curved SL - 90 Degree Turn — $20.5K (Department of Veterans Affairs)
- Ceiling Lift — $15.4K (Department of Veterans Affairs)
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.)