VA awards $5.7M for neurostimulators to Medtronic USA Inc. under sole-source contract
Contract Overview
Contract Amount: $57,437 ($57.4K)
Contractor: Medtronic USA Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-06
End Date: 2026-04-06
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: NEUROSTIMULATOR
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55417
Plain-Language Summary
Department of Veterans Affairs obligated $57,437.05 to MEDTRONIC USA INC for work described as: NEUROSTIMULATOR Key points: 1. Contract awarded to Medtronic USA Inc. for neurostimulators. 2. The Department of Veterans Affairs is the procuring agency. 3. The contract is valued at $5,743,705. 4. The contract was not competed, raising potential value concerns. 5. The sector is Surgical Appliance and Supplies Manufacturing.
Value Assessment
Rating: questionable
The contract value of $5.7M for neurostimulators appears significant. Without competitive bidding, it's difficult to assess if this price is optimal compared to market rates for similar devices from other manufacturers.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was not competed, indicating a sole-source award. This limits price discovery and may result in a higher cost to taxpayers than if multiple vendors had submitted bids.
Taxpayer Impact: The lack of competition could lead to inflated prices, meaning taxpayers may be paying more than necessary for these neurostimulators.
Public Impact
Veterans may receive advanced neurostimulator technology. Potential for higher costs due to lack of competition. Reliance on a single supplier could impact future availability or pricing. The Department of Veterans Affairs prioritizes specific medical needs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price negotiation.
- No indication of market research to justify sole-source.
- Potential for overpayment due to lack of competitive bidding.
Positive Signals
- Ensures supply of critical neurostimulator technology for veterans.
- Direct award to established supplier may ensure quality and reliability.
Sector Analysis
The Surgical Appliance and Supplies Manufacturing sector is characterized by innovation and specialized production. Spending in this area often reflects advancements in medical technology and patient care needs.
Small Business Impact
This contract was awarded to a large corporation, Medtronic USA Inc. There is no indication that small businesses were involved in this specific procurement, either as prime contractors or subcontractors.
Oversight & Accountability
The sole-source nature of this award warrants scrutiny to ensure the VA conducted adequate market research and that the pricing is fair and reasonable. Oversight is needed to confirm the necessity of a non-competitive award.
Related Government Programs
- Surgical Appliance and Supplies Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for inflated pricing
- Limited transparency on market research
- Dependency on a single supplier
Tags
surgical-appliance-and-supplies-manufact, department-of-veterans-affairs, mn, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $57,437.05 to MEDTRONIC USA INC. NEUROSTIMULATOR
Who is the contractor on this award?
The obligated recipient is MEDTRONIC USA 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 $57,437.05.
What is the period of performance?
Start: 2026-04-06. End: 2026-04-06.
What was the justification for awarding this contract on a sole-source basis, and was market research conducted to confirm no other viable suppliers exist?
The justification for a sole-source award typically involves unique capabilities, proprietary technology, or urgent needs where only one source can fulfill the requirement. Without specific documentation, it's presumed the VA followed federal acquisition regulations. However, thorough market research is crucial to ensure no other qualified vendors could meet the need, thereby maximizing value for taxpayers.
How does the per-unit cost of these neurostimulators compare to similar devices procured competitively by other federal agencies or healthcare providers?
Benchmarking the per-unit cost against similar neurostimulators procured competitively is essential for assessing value. If this contract's pricing is significantly higher than market averages or other government contracts, it suggests potential overpayment. A detailed cost analysis or comparison with publicly available pricing data would be necessary to determine if the $5.7M award represents a fair price.
What is the long-term impact on the VA's ability to procure neurostimulators if they rely on a single supplier, particularly regarding price increases and supply chain disruptions?
Long-term reliance on a sole-source supplier can create vulnerabilities. The VA might face escalating prices over time as Medtronic faces less competitive pressure. Furthermore, supply chain disruptions affecting Medtronic could directly impact the VA's ability to obtain these critical devices, potentially affecting veteran care.
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
Solicitation ID: 36C26326Q0523
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Medtronic Public Limited Company
Address: 710 MEDTRONIC PKWY, MINNEAPOLIS, MN, 55432
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $57,437
Exercised Options: $57,437
Current Obligation: $57,437
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-06
Current End Date: 2026-04-06
Potential End Date: 2026-04-06 00:00:00
Last Modified: 2026-04-06
More Contracts from Medtronic USA Inc
- Full-Service Maintenance Contract for the Stealthstation S8 Surgical Navigation System With Fusion ENT Navigation System and O-Arm O2 Imaging System — $248.0K (Department of Veterans Affairs)
- Routine Preventative Maintenance — $88.8K (Department of Veterans Affairs)
- Prosthetics - Spine Implant — $31.8K (Department of Veterans Affairs)
- Bill Only, Post Anterior Cervical Fusion Surgery Date 4/1/2026 for Veteran Patient IAW 38 USC 8123 — $25.4K (Department of Veterans Affairs)
- Altaviva Implant- Bladder Incontinence Stim- Ankle Device — $24.7K (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.)