VA Awards $195K for Intelect Focus Shockwave Sets and Carts to Best Priced Products, Inc
Contract Overview
Contract Amount: $195,255 ($195.3K)
Contractor: Best Priced Products, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-10
End Date: 2026-07-31
Contract Duration: 112 days
Daily Burn Rate: $1.7K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: INTELECT FOCUS SHOCKWAVE SETS AND CARTS
Place of Performance
Location: ELMSFORD, WESTCHESTER County, NEW YORK, 10523
State: New York Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $195,254.95 to BEST PRICED PRODUCTS, INC. for work described as: INTELECT FOCUS SHOCKWAVE SETS AND CARTS Key points: 1. Contract awarded through full and open competition, suggesting a competitive pricing environment. 2. The contract duration of 112 days is relatively short, indicating a focused need. 3. The award was made by the Department of Veterans Affairs, serving healthcare needs. 4. The North American Industry Classification System (NAICS) code 339112 points to specialized medical instrument manufacturing. 5. The contract type is Firm Fixed Price, which transfers risk to the contractor. 6. The awardee, BEST PRICED PRODUCTS, INC., was selected, implying competitive advantage.
Value Assessment
Rating: good
While specific benchmark data for 'INTELECT FOCUS SHOCKWAVE SETS AND CARTS' is not readily available, the award to BEST PRICED PRODUCTS, INC. under a firm-fixed-price contract suggests a defined cost expectation. The total award value of approximately $195,000 for a period of 112 days appears reasonable for specialized medical equipment, assuming the sets and carts meet the required specifications and quality standards. Further analysis would require comparing pricing for similar shockwave therapy delivery systems or components.
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 offers. The presence of 3 offers (no) suggests a moderate level of competition for this specific requirement. A higher number of bidders generally leads to more robust price discovery and potentially lower prices for the government.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it encourages multiple vendors to bid, driving down costs and ensuring the government receives competitive pricing for its procurements.
Public Impact
Veterans receiving care through the Department of Veterans Affairs will benefit from the availability of these specialized medical instruments. The contract ensures the supply of INTELECT FOCUS SHOCKWAVE SETS AND CARTS, crucial for specific medical procedures. The services delivered are directly related to healthcare provision within the VA system. The geographic impact is primarily within the New York area, where the contractor is located, and potentially at VA facilities receiving the equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited long-term availability if this is a one-off purchase without follow-on contracts.
- Dependence on a single awardee for this specific equipment could pose a supply chain risk if not managed proactively.
Positive Signals
- Award to a company named 'BEST PRICED PRODUCTS, INC.' suggests a focus on cost-effectiveness.
- Firm Fixed Price contract structure transfers cost overrun risk to the contractor.
- Competition ensures that the VA is likely receiving a product that meets its technical requirements at a negotiated price.
Sector Analysis
The medical device manufacturing sector is highly specialized and regulated. Contracts like this, for specific surgical and medical instruments (NAICS 339112), are common within the healthcare industry. The market size for such specialized equipment can vary significantly based on technological advancements and clinical demand. Benchmarking would involve comparing this award to other government or commercial procurements of similar shockwave therapy delivery systems or related components.
Small Business Impact
There is no indication that this contract was specifically set aside for small businesses, nor is there information on subcontracting plans. The awardee, BEST PRICED PRODUCTS, INC., would need to be assessed for its size status to determine its impact on the small business ecosystem. If BEST PRICED PRODUCTS, INC. is a large business, this contract does not directly contribute to small business prime contracting goals.
Oversight & Accountability
The Department of Veterans Affairs has established oversight mechanisms for contract awards, including performance monitoring and compliance checks. As this is a delivery order under a larger contract vehicle (implied by 'AWARD TYPE: DELIVERY ORDER'), oversight may also be tied to the parent contract's terms. Transparency is facilitated through public contract databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to this award.
Related Government Programs
- Medical Equipment Procurement
- Surgical Instruments
- Veterans Health Administration Contracts
- Department of Veterans Affairs Supply Chain
Risk Flags
- Potential for supply chain disruption if contractor fails to deliver.
- Risk of equipment malfunction or obsolescence impacting patient care.
- Need for adequate staff training on specialized equipment.
Tags
healthcare, department-of-veterans-affairs, medical-equipment, surgical-and-medical-instrument-manufacturing, firm-fixed-price, delivery-order, full-and-open-competition, new-york, small-dollar-value
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $195,254.95 to BEST PRICED PRODUCTS, INC.. INTELECT FOCUS SHOCKWAVE SETS AND CARTS
Who is the contractor on this award?
The obligated recipient is BEST PRICED PRODUCTS, 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 $195,254.95.
What is the period of performance?
Start: 2026-04-10. End: 2026-07-31.
What is the specific function and clinical application of the 'INTELECT FOCUS SHOCKWAVE SETS AND CARTS' being procured?
The 'INTELECT FOCUS SHOCKWAVE SETS AND CARTS' likely refer to equipment used in shockwave therapy, a non-invasive medical treatment. This therapy uses focused acoustic waves to treat various conditions, commonly in orthopedics (e.g., plantar fasciitis, tendinopathies), urology (e.g., erectile dysfunction), and wound healing. The 'sets' may include the shockwave generator, applicators, and consumables, while the 'carts' provide a mobile platform for the equipment. The specific 'INTELECT FOCUS' branding suggests a particular product line, possibly from a known manufacturer in the therapeutic ultrasound or shockwave market. Understanding the precise application is crucial for assessing the necessity and value of the procurement.
How does the awarded price of approximately $195,000 compare to market rates for similar shockwave therapy equipment?
Directly comparing the $195,000 award for 'INTELECT FOCUS SHOCKWAVE SETS AND CARTS' to market rates is challenging without knowing the exact configuration, quantity, and specific model of the equipment. However, standalone shockwave therapy systems can range from tens of thousands to over $100,000, depending on features, brand reputation, and intended use (e.g., diagnostic vs. therapeutic, specific specialties). The inclusion of 'sets' and 'carts' suggests a more comprehensive package. Given the award was made under full and open competition to a vendor named 'BEST PRICED PRODUCTS, INC.', it implies the price was deemed competitive. A thorough benchmark would involve researching pricing from other medical equipment suppliers for comparable shockwave therapy units and accessories.
What is the track record of BEST PRICED PRODUCTS, INC. in supplying medical equipment to the federal government?
Information regarding the specific track record of BEST PRICED PRODUCTS, INC. in supplying medical equipment to the federal government is not detailed in the provided data. A comprehensive assessment would require searching federal procurement databases (like SAM.gov or FPDS) for past awards to this contractor, noting the types of equipment supplied, contract values, performance history, and any reported issues. Understanding their past performance, especially with the Department of Veterans Affairs or similar healthcare agencies, would provide insight into their reliability and capability to fulfill this current contract successfully.
What are the potential risks associated with procuring specialized medical instruments like shockwave therapy sets?
Procuring specialized medical instruments like shockwave therapy sets carries several potential risks. These include technological obsolescence, where newer, more effective equipment becomes available shortly after purchase. There's also the risk of inadequate performance or reliability, leading to disruptions in patient care and increased maintenance costs. Ensuring proper training for medical staff to operate the equipment safely and effectively is another critical factor. Furthermore, the cost of consumables and ongoing maintenance contracts can significantly impact the total cost of ownership. Finally, regulatory compliance and potential recalls by the manufacturer represent external risks that could affect usability.
How does the firm-fixed-price contract type influence the risk allocation for this procurement?
A firm-fixed-price (FFP) contract type, as indicated for this award, places the primary risk of cost overruns on the contractor, BEST PRICED PRODUCTS, INC. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs incurred. This structure is generally preferred by the government when the scope of work is well-defined and technical risks are relatively low. For the VA, this means greater cost certainty. However, it can also incentivize contractors to potentially cut corners on quality or service to maintain profitability if not adequately monitored, although the competitive nature of the award may mitigate this.
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: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 250 CLEARBROOK RD STE 240, ELMSFORD, NY, 10523
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $195,255
Exercised Options: $195,255
Current Obligation: $195,255
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79719D0206
IDV Type: FSS
Timeline
Start Date: 2026-04-10
Current End Date: 2026-07-31
Potential End Date: 2026-07-31 00:00:00
Last Modified: 2026-04-09
More Contracts from Best Priced Products, Inc.
- Intelect Focus Shockwave System — $45.1K (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.)