VA awards $18.5M for prosthetics communication devices, with limited competition

Contract Overview

Contract Amount: $18,484 ($18.5K)

Contractor: Shelton Technologies and Resources, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-06

End Date: 2026-06-26

Contract Duration: 81 days

Daily Burn Rate: $228/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: PROSTHETICS:COMMUNICATION DEVICE

Place of Performance

Location: LAKELAND, POLK County, FLORIDA, 33801

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $18,483.95 to SHELTON TECHNOLOGIES AND RESOURCES, LLC for work described as: PROSTHETICS:COMMUNICATION DEVICE Key points: 1. Contract awarded to Shelton Technologies and Resources, LLC for communication devices. 2. The contract has a duration of 81 days, suggesting a short-term need. 3. The award was a purchase order, indicating a streamlined acquisition process. 4. The North American Industry Classification System (NAICS) code is 339113 for Surgical Appliance and Supplies Manufacturing. 5. The contract was not competed, raising questions about potential cost savings. 6. The contract is firm-fixed-price, providing cost certainty for the government.

Value Assessment

Rating: questionable

Benchmarking the value of this $18.5 million contract for prosthetics communication devices is challenging without more detailed specifications and comparison data. Given the short duration of 81 days and the fact that it was not competed, it is difficult to assess if the government received the best possible price. The firm-fixed-price structure offers cost certainty, but the lack of competition prevents a direct comparison with other potential suppliers or market rates for similar devices. Further analysis would require understanding the specific technological requirements and the typical pricing for such specialized equipment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded using a 'not competed' method, which typically implies a sole-source or limited competition scenario. Without further details on the justification for not competing, it is presumed that only one vendor was capable of meeting the specific requirements. This lack of broad competition means that the government may not have benefited from the price discovery that occurs in a more open bidding process, potentially leading to a higher cost than if multiple vendors had submitted proposals.

Taxpayer Impact: The absence of competition for this significant award means taxpayers may not have received the most cost-effective solution. The government's ability to negotiate favorable terms is diminished when there are no alternative suppliers to consider.

Public Impact

Veterans requiring advanced communication devices will benefit from this contract. The contract ensures the availability of specialized prosthetics to support patient care. The geographic impact is primarily within Florida, where the contractor is located. The contract supports the manufacturing sector for medical devices.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition may lead to higher costs for taxpayers.
  • Short contract duration might indicate a temporary or urgent need, requiring further investigation.
  • Limited information available on the specific technological capabilities of the awarded devices.

Positive Signals

  • Firm-fixed-price contract provides budget certainty.
  • Award to a specific company suggests a potential existing relationship or specialized capability.
  • Contract supports the provision of essential medical devices for veterans.

Sector Analysis

The market for prosthetics and assistive communication devices is a specialized segment within the broader healthcare and medical device industry. This sector is characterized by technological innovation and a focus on improving patient quality of life. Spending in this area is often driven by government healthcare programs like the VA, as well as private insurance. The contract for communication devices falls under Surgical Appliance and Supplies Manufacturing, indicating a focus on tangible medical equipment.

Small Business Impact

There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. The award to Shelton Technologies and Resources, LLC, without further details on its size, makes it difficult to assess the impact on the small business ecosystem. If Shelton Technologies is a large business, this contract would not directly benefit small businesses through set-asides.

Oversight & Accountability

As a purchase order, oversight mechanisms would typically be managed through the Department of Veterans Affairs' contracting officers and procurement regulations. Accountability is ensured through the firm-fixed-price agreement, which obligates the contractor to deliver specified goods. Transparency is limited due to the non-competed nature of the award, making it harder for the public to scrutinize the selection and pricing process. Inspector General jurisdiction would apply if any fraud or mismanagement were suspected.

Related Government Programs

  • VA Prosthetics and Sensory Aids Service
  • Department of Veterans Affairs Medical Equipment Procurement
  • Assistive Technology for Disabled Individuals
  • Medical Device Manufacturing Contracts

Risk Flags

  • Lack of Competition
  • Potential for Overpricing
  • Limited Performance Data

Tags

healthcare, department-of-veterans-affairs, prosthetics, communication-devices, purchase-order, firm-fixed-price, not-competed, surgical-appliance-and-supplies-manufacturing, florida

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $18,483.95 to SHELTON TECHNOLOGIES AND RESOURCES, LLC. PROSTHETICS:COMMUNICATION DEVICE

Who is the contractor on this award?

The obligated recipient is SHELTON TECHNOLOGIES AND RESOURCES, 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 $18,483.95.

What is the period of performance?

Start: 2026-04-06. End: 2026-06-26.

What specific communication capabilities do these prosthetic devices offer, and how do they compare to commercially available alternatives?

The provided data does not specify the exact communication capabilities of the prosthetic devices. To assess their value, a detailed technical specification would be needed, outlining features such as speech synthesis, environmental control, or alternative input methods. A comparison with commercially available alternatives would involve evaluating similar devices from other manufacturers, considering their functionalities, user reviews, and price points. Without this information, it's difficult to determine if the VA secured a device that is cutting-edge, meets specific veteran needs, or is competitively priced against the broader market. The $18.5 million award for a short 81-day period suggests either a very high per-unit cost or a significant quantity of devices, both of which warrant further investigation into the specific product's value proposition.

What is the justification for awarding this contract on a sole-source or non-competed basis?

The data indicates the contract was 'NOT COMPETED,' which typically means it was awarded on a sole-source basis or under a limited competition exception. Common justifications for sole-source awards include unique capabilities of a single contractor, urgent and compelling needs where only one source can fulfill the requirement, or when the contract is a follow-on to a previous sole-source award where the original justification still applies. Without the specific justification document from the Department of Veterans Affairs, it is impossible to definitively state why this contract was not competed. However, the lack of competition raises concerns about whether the government explored all available options to ensure the best value and price for taxpayers.

How does the per-unit cost of these communication devices compare to similar devices purchased by the VA or other federal agencies?

The provided data does not include the number of units or the per-unit cost for this $18.5 million contract. Therefore, a direct comparison of per-unit cost is not possible. To benchmark this, we would need to know the total quantity of devices procured under this award. Subsequently, this total cost could be divided by the quantity to derive a per-unit price. This derived price would then need to be compared against historical VA purchases of similar communication devices, or against prices paid by other federal agencies for comparable equipment. The absence of this data, coupled with the non-competed nature of the award, makes it difficult to assess value for money.

What is the track record of Shelton Technologies and Resources, LLC in providing similar prosthetic or communication devices to the government?

The provided data identifies Shelton Technologies and Resources, LLC as the contractor but does not offer details on their past performance or track record with the government, particularly concerning prosthetic or communication devices. To assess their reliability and experience, one would need to examine their contract history, including previous awards, performance evaluations, and any reported issues or successes. A company's history of delivering similar products on time, within budget, and to specification is a crucial factor in evaluating the risk associated with a new contract award. Without this historical context, it's challenging to gauge the contractor's suitability and the likelihood of successful contract performance.

What is the expected impact of these devices on the daily lives and independence of the veterans who will use them?

Prosthetic communication devices are designed to significantly enhance the quality of life for individuals with speech or communication impairments, often resulting from injury, illness, or congenital conditions. For veterans, these devices can restore or improve their ability to interact with family, friends, and caregivers, participate in social activities, and engage in vocational or educational pursuits. The impact can range from basic needs communication to complex environmental control and information access, thereby fostering greater independence, reducing social isolation, and improving overall well-being. The specific impact depends on the sophistication of the device and the individual veteran's needs and abilities.

Are there any performance metrics or quality standards defined in the contract to ensure the effectiveness of the communication devices?

The provided data specifies a 'FIRM FIXED PRICE' contract type, which implies that the contractor is obligated to deliver the specified goods. However, it does not detail the specific performance metrics, quality standards, or acceptance criteria for the prosthetic communication devices. Effective contracts for such equipment typically include clear technical specifications, testing protocols, and potentially user acceptance trials to ensure the devices meet the intended functional requirements and are suitable for the end-users. Without visibility into these contractual details, it is difficult to assess how the VA will ensure the devices are effective and meet the needs of the veterans.

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: 322 E PINE ST, LAKELAND, FL, 33801

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $18,484

Exercised Options: $18,484

Current Obligation: $18,484

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-06

Current End Date: 2026-06-26

Potential End Date: 2026-06-26 00:00:00

Last Modified: 2026-04-06

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending