VA awards $214K for speech-generating devices, highlighting a sole-source procurement for essential veteran communication aids

Contract Overview

Contract Amount: $21,433 ($21.4K)

Contractor: Control Bionics Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-01

End Date: 2026-05-01

Contract Duration: 30 days

Daily Burn Rate: $714/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: PROSTHETICS - SPEECH GENERATING DEVICE

Place of Performance

Location: MATHER, SACRAMENTO County, CALIFORNIA, 95655

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $21,433.2 to CONTROL BIONICS INC for work described as: PROSTHETICS - SPEECH GENERATING DEVICE Key points: 1. The contract focuses on a critical need for veterans requiring speech assistance. 2. Limited competition suggests potential for higher costs or specialized vendor requirements. 3. The short duration of the contract may indicate a pilot program or immediate need. 4. The firm-fixed-price structure provides cost certainty for the government. 5. This award falls within the broader category of medical supplies and equipment.

Value Assessment

Rating: fair

The contract value of $214,332 for a one-month period for speech-generating devices appears high on a monthly basis. Without comparable contract data for similar devices or a detailed breakdown of included services and equipment, it is difficult to definitively benchmark the value. However, given the specialized nature of such devices, the price may reflect advanced technology and customization required for individual veteran needs. Further analysis would require understanding the specific device capabilities and comparing it to market offerings for similar assistive technology.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, Control Bionics Inc., was solicited. This approach is typically used when a unique product or service is required, or in cases of urgent need where competition is not feasible. The lack of competition means that the government did not benefit from a bidding process that could have potentially driven down prices or offered alternative solutions. The justification for this sole-source award would need to be thoroughly reviewed to ensure it aligns with federal procurement regulations.

Taxpayer Impact: Sole-source awards can limit opportunities for taxpayers to benefit from competitive pricing. Without a competitive bidding process, there is a risk that the awarded price may be higher than what could have been achieved through open competition.

Public Impact

Veterans with speech impairments will benefit from access to advanced communication technology. The contract ensures the delivery of speech-generating devices, enhancing quality of life and independence. The primary geographic impact is within the VA healthcare system, serving veterans nationwide. This contract supports the specialized manufacturing and technology sector related to assistive devices.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Sole-source award limits price discovery and potential cost savings for taxpayers.
  • Short contract duration raises questions about long-term support and sustainability of the solution.
  • Lack of competition may indicate a lack of market availability or a highly specialized niche.

Positive Signals

  • Addresses a critical need for communication for veterans with speech impairments.
  • Firm-fixed-price contract provides budget certainty.
  • Award to a specific vendor suggests a potentially tailored or advanced solution.

Sector Analysis

The market for speech-generating devices (SGDs) is a specialized segment within the broader healthcare technology and medical device industry. This sector is characterized by innovation in areas like artificial intelligence, natural language processing, and user interface design to create more intuitive and effective communication tools. Spending in this area is often driven by healthcare providers, rehabilitation centers, and government agencies like the VA, which serve populations with communication disabilities. The market size is growing as awareness of assistive technologies increases and as technological advancements make SGDs more accessible and powerful. This contract fits within the VA's ongoing efforts to provide comprehensive care and support to veterans, including those with service-connected disabilities affecting speech.

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. The sole-source nature of the award further limits the direct involvement of small businesses in this specific procurement. While Control Bionics Inc. may utilize small business subcontractors, there is no explicit indication of this. The impact on the small business ecosystem for this particular contract is likely minimal, as the focus is on a direct award to a single entity for a specialized product.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs (VA) procurement and program management offices. As a purchase order, it is subject to standard VA contracting procedures and financial controls. Transparency regarding the justification for the sole-source award and the performance metrics would be key areas for oversight. The VA Office of Inspector General (OIG) could investigate this contract if any allegations of fraud, waste, or abuse arise. Regular reporting and performance reviews would be expected to ensure the contractor meets the terms of the agreement.

Related Government Programs

  • VA Medical Supplies and Equipment Procurement
  • Assistive Technology for Disabled Veterans
  • Speech and Communication Aids
  • Federal Sole-Source Contracts

Risk Flags

  • Sole-source award may limit price competition.
  • Short contract duration requires careful monitoring of delivery and implementation.
  • Lack of detailed device specifications hinders value assessment.

Tags

healthcare, department-of-veterans-affairs, medical-equipment, assistive-technology, speech-generating-device, purchase-order, firm-fixed-price, sole-source, veterans, communication-aids, california

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $21,433.2 to CONTROL BIONICS INC. PROSTHETICS - SPEECH GENERATING DEVICE

Who is the contractor on this award?

The obligated recipient is CONTROL BIONICS 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 $21,433.2.

What is the period of performance?

Start: 2026-04-01. End: 2026-05-01.

What specific capabilities and features does the Control Bionics Inc. speech-generating device offer, and how do these compare to other available devices in the market?

The provided data does not detail the specific capabilities of the speech-generating device procured from Control Bionics Inc. To assess its value and suitability, a thorough review of the device's specifications is necessary. This would include examining its input methods (e.g., eye-tracking, switch access, keyboard), output options (e.g., synthesized voice, recorded messages), customization features, portability, battery life, and software capabilities. A market comparison would involve identifying leading SGDs from other manufacturers, evaluating their features, pricing, and user reviews. This analysis would help determine if the selected device offers unique advantages or if comparable, potentially more cost-effective, alternatives exist. Without this detailed information, it's challenging to ascertain if the $214,332 award for a one-month period represents optimal value for the technology provided.

What is the justification for awarding this contract on a sole-source basis to Control Bionics Inc.?

The data indicates this contract was awarded on a 'NOT COMPETED' basis, which typically signifies a sole-source procurement. Federal regulations (e.g., FAR Part 6) allow for sole-source awards under specific circumstances, such as when only one responsible source can provide the required supply or service, or when there is a compelling urgency. For this contract, the VA would need to have documented a justification, likely related to the unique nature of Control Bionics' technology, specific compatibility requirements with existing veteran systems, or an urgent need that precluded a competitive process. Without access to the official justification document (e.g., a Justification and Approval - J&A), the precise reasons remain unknown. Understanding this justification is crucial for assessing the appropriateness of the sole-source award and its potential impact on cost and competition.

How does the $214,332 award for a one-month contract for speech-generating devices compare to historical spending patterns for similar devices by the VA or other federal agencies?

The provided data shows a single award of $214,332 for a one-month period. To assess historical spending patterns, one would need to analyze previous contracts for speech-generating devices (SGDs) awarded by the Department of Veterans Affairs (VA) or other relevant agencies. This analysis should consider the quantity of devices, the duration of the contracts, the specific models or capabilities of the SGDs, and the pricing per unit or per contract. A high value for a one-month period could indicate a bulk purchase of advanced devices, a pilot program for a new technology, or potentially inflated pricing due to the sole-source nature. Conversely, if similar one-month procurements have historically been in this range, it might suggest market rates for such specialized equipment. Without comparative historical data, it is difficult to definitively label this award as high or low relative to past spending.

What are the potential risks associated with a sole-source award for critical communication devices for veterans?

Sole-source awards, while sometimes necessary, carry inherent risks, particularly for critical equipment like speech-generating devices (SGDs). The primary risk is the lack of price competition, which can lead to the government paying a premium compared to what might be achieved through an open bidding process. This could result in less efficient use of taxpayer funds. Another risk is vendor lock-in; if the VA becomes reliant on a single provider's technology, switching to a different vendor in the future could be complex and costly, especially if proprietary systems are involved. Furthermore, without competitive pressure, there might be less incentive for the sole-source provider to innovate rapidly or offer the most cost-effective solutions. Ensuring the justification for the sole-source award is robust and that the contractor's performance is rigorously monitored are key mitigation strategies.

What is the expected performance period and delivery timeline for these speech-generating devices?

The provided data indicates a start date of 2026-04-01 and an end date of 2026-05-01, resulting in a contract duration of 30 days (one month). This short performance period suggests that the contract is likely for immediate needs, a pilot program, or a short-term rental/lease of devices. The delivery timeline would typically be specified within the contract's statement of work or delivery schedule. Given the short duration, it is probable that the devices are expected to be delivered and operational very early within this one-month window to allow for their use during the contract period. Further details on specific delivery requirements would be found in the contract's detailed terms and conditions.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical 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: 745 CENTER ST, MILFORD, OH, 45150

Business Categories: Category Business, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, International Organization, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $21,433

Exercised Options: $21,433

Current Obligation: $21,433

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-01

Current End Date: 2026-05-01

Potential End Date: 2026-05-01 00:00:00

Last Modified: 2026-04-08

More Contracts from Control Bionics Inc

View all Control Bionics Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending