VA awards $51.5K for left above-knee prosthetics, a sole-source purchase order to Prosthetic Solutions, Inc
Contract Overview
Contract Amount: $51,546 ($51.5K)
Contractor: Prosthetic Solutions, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-08
End Date: 2026-05-29
Contract Duration: 51 days
Daily Burn Rate: $1.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: PROSTHETICS - LEFT ABOVE KNEE PROS
Place of Performance
Location: HOLLISTER, SAN BENITO County, CALIFORNIA, 95023
Plain-Language Summary
Department of Veterans Affairs obligated $51,546.39 to PROSTHETIC SOLUTIONS, INC. for work described as: PROSTHETICS - LEFT ABOVE KNEE PROS Key points: 1. The contract value is relatively small, suggesting a specific need for a limited quantity of prosthetics. 2. As a sole-source award, there was no opportunity for competitive bidding, potentially impacting price efficiency. 3. The short performance period indicates a time-sensitive requirement or a pilot program. 4. The award is made to a single vendor, raising questions about market availability and alternative suppliers. 5. The North American Industry Classification System (NAICS) code 339113 points to the manufacturing of surgical appliances and supplies. 6. The contract is a firm-fixed-price purchase order, which shifts cost risk to the contractor.
Value Assessment
Rating: fair
Benchmarking the value of this specific prosthetic device is challenging without detailed specifications and market data for comparable left above-knee prosthetics. However, the total award of $51,546.39 for a single unit over a 51-day period appears high on a per-day basis. Without knowing the exact type and complexity of the prosthetic, it's difficult to definitively assess value for money. Further analysis would require comparing the unit price to similar prosthetics procured by the VA or other federal agencies.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning that only one vendor, Prosthetic Solutions, Inc., was solicited. This approach is typically used when there is a lack of competition, the requirement is urgent, or only one vendor can meet the specific needs. The absence of competition means that the VA did not benefit from price discovery through a bidding process, which could lead to a higher price than if multiple vendors had competed.
Taxpayer Impact: Taxpayers may not have received the best possible price due to the lack of competition. The VA's ability to secure a cost-effective solution is limited when only one supplier is considered.
Public Impact
Veterans requiring left above-knee prosthetics will benefit from this contract by receiving necessary medical devices. The services delivered include the provision of specialized prosthetic equipment. The geographic impact is primarily within California, where the contractor is located. The contract supports the healthcare needs of the veteran population served by the Department of Veterans Affairs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential cost savings for taxpayers.
- Short contract duration may indicate a reactive procurement rather than strategic planning.
- Lack of transparency in the justification for sole-source award.
- Limited data available to assess the specific type and complexity of the prosthetic provided.
Positive Signals
- Addresses a specific medical need for veterans requiring prosthetic devices.
- Firm-fixed-price contract provides cost certainty for the VA.
- Contract is awarded to a company likely specializing in prosthetic solutions.
Sector Analysis
The market for prosthetic devices falls under the broader healthcare and medical supplies sector. This sector is characterized by innovation, specialized manufacturing, and significant regulatory oversight. The NAICS code 339113, Surgical Appliance and Supplies Manufacturing, indicates that Prosthetic Solutions, Inc. is involved in the production or assembly of such items. Spending in this area is driven by healthcare needs, technological advancements in prosthetics, and government programs like the VA's commitment to veteran care. Comparable spending benchmarks would involve analyzing other VA or DoD contracts for similar prosthetic devices, considering factors like customization and material costs.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. As a sole-source award to a single entity, the direct impact on the broader small business ecosystem within the prosthetic manufacturing or supply chain is likely minimal unless Prosthetic Solutions, Inc. itself is a small business or utilizes small business subcontractors. Further investigation into the contractor's size status and subcontracting plans would be needed for a comprehensive analysis.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs' procurement and medical administration departments. As a purchase order, it is a less complex instrument than a large-scale contract, but still subject to standard procurement regulations and audits. Accountability measures would include ensuring the prosthetic device meets specifications and is delivered within the specified timeframe. Transparency is limited due to the sole-source nature of the award; however, contract award data is publicly available through federal procurement databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- VA Medical Care
- Prosthetic and Sensory Aids Service
- Durable Medical Equipment
- Veteran Health Administration
Risk Flags
- Sole-source award
- Limited competition
- Potential for overpricing
- Supply chain dependency
Tags
healthcare, prosthetics, department-of-veterans-affairs, purchase-order, sole-source, medical-supplies, veteran-affairs, california, firm-fixed-price
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $51,546.39 to PROSTHETIC SOLUTIONS, INC.. PROSTHETICS - LEFT ABOVE KNEE PROS
Who is the contractor on this award?
The obligated recipient is PROSTHETIC SOLUTIONS, 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 $51,546.39.
What is the period of performance?
Start: 2026-04-08. End: 2026-05-29.
What is the specific type and model of the left above-knee prosthetic being procured, and what are its key features and materials?
The provided data does not specify the exact type, model, or materials of the left above-knee prosthetic. The description 'PROSTHETICS - LEFT ABOVE KNEE PROS' is a general category. To understand the value and appropriateness of the award, detailed specifications are necessary. This would include information on the prosthetic's components (e.g., socket, pylon, knee unit, foot), the materials used (e.g., carbon fiber, titanium, silicone), and any advanced features (e.g., microprocessor control, energy return). Without this granular detail, it is impossible to assess if the chosen prosthetic aligns with the veteran's clinical needs or if it represents a standard or highly specialized offering.
What is the historical spending pattern of the VA for left above-knee prosthetics, and how does this award compare?
Historical spending data for this specific prosthetic category by the VA is not provided in the initial data. To establish a spending pattern, one would need to analyze past procurements for left above-knee prosthetics over several fiscal years. This analysis should identify the number of units purchased, the average price per unit, the contractors involved, and the contract types (e.g., competitive vs. sole-source). Comparing this award of $51,546.39 (potentially for one unit, given the short duration and single award) to historical averages would reveal if this price is an outlier, consistent, or potentially inflated. A trend of increasing sole-source awards in this category could also indicate potential market consolidation or diminishing competition.
What is the justification provided by the VA for awarding this contract on a sole-source basis to Prosthetic Solutions, Inc.?
The justification for a sole-source award is critical for understanding why competition was bypassed. Common justifications include: urgency of need where only one source can meet the requirement; unique capabilities or proprietary technology possessed by a single vendor; or a lack of sufficient competition identified through market research. For this prosthetic, the VA might argue that Prosthetic Solutions, Inc. is the only manufacturer capable of providing a specific, highly customized prosthetic device required by a particular veteran, or that there was an immediate need that could not be met through a lengthy competitive process. The specific justification document (e.g., a Justification and Approval - J&A) would provide the detailed rationale.
What is the track record of Prosthetic Solutions, Inc. in fulfilling VA contracts, particularly for prosthetic devices?
Information regarding the track record of Prosthetic Solutions, Inc. with the VA is not detailed in the provided data. A thorough assessment would involve reviewing the company's past performance on federal contracts, specifically those with the Department of Veterans Affairs. This includes examining contract history for on-time delivery, quality of goods or services provided, adherence to contract terms, and any past performance issues or disputes. A positive track record would suggest reliability, while a history of problems might raise concerns about the current award's execution. Accessing contract databases and performance evaluation reports (like Contractor Performance Assessment Reporting System - CPARS) would be necessary to evaluate their history.
What are the potential risks associated with a sole-source award for a critical medical device like a prosthetic?
Sole-source awards for critical medical devices like prosthetics carry several potential risks. Firstly, the absence of competition can lead to higher prices, meaning taxpayer funds may not be used as efficiently as possible. Secondly, it limits the VA's options if the chosen contractor fails to deliver on time, meets quality standards, or encounters production issues. This dependency on a single supplier can create supply chain vulnerabilities. Thirdly, it may stifle innovation and market development, as other potential suppliers have no incentive or opportunity to enter the market or offer competitive alternatives. Finally, without competitive benchmarking, it's harder to ensure the device represents the best available technology or value for the patient.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical Appliance and Supplies Manufacturing
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 191 SAN FELIPE RD, HOLLISTER, CA, 95023
Business Categories: Category Business, Corporate Entity Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $51,546
Exercised Options: $51,546
Current Obligation: $51,546
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2026-05-29
Potential End Date: 2026-05-29 00:00:00
Last Modified: 2026-04-08
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.)