VA awards $17.3M contract for surgical appliances to The Winkley Company, a sole-source purchase order
Contract Overview
Contract Amount: $17,335 ($17.3K)
Contractor: THE Winkley Company
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-03
End Date: 2027-04-02
Contract Duration: 364 days
Daily Burn Rate: $48/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: LIMB
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55417
Plain-Language Summary
Department of Veterans Affairs obligated $17,334.9 to THE WINKLEY COMPANY for work described as: LIMB Key points: 1. The contract value of $17.3M for surgical appliances is significant. 2. Competition is absent due to a sole-source award. 3. Potential risks include lack of price competition and limited vendor options. 4. The sector is Surgical Appliance and Supplies Manufacturing.
Value Assessment
Rating: questionable
The contract is a sole-source award, making direct pricing comparisons difficult. Without competitive bidding, it's hard to ascertain if the $17.3M price represents fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded sole-source, meaning no competition was sought. This limits price discovery and may result in higher costs for taxpayers.
Taxpayer Impact: The sole-source nature of this award raises concerns about potential overspending and the efficient use of taxpayer funds.
Public Impact
Veterans may experience continuity of care for necessary surgical appliances. The sole-source award limits opportunities for other businesses to supply these critical items. Taxpayers may be paying a premium due to the lack of competition.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Potential for overpricing
Positive Signals
- Ensures supply of critical medical items to veterans
Sector Analysis
The contract falls within the Surgical Appliance and Supplies Manufacturing sector. Spending in this area is critical for healthcare delivery, but competitive procurement is generally preferred to ensure value.
Small Business Impact
The contract was not awarded to a small business, indicating a missed opportunity to support smaller enterprises in the surgical appliance manufacturing sector.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the price is reasonable and the vendor is meeting all contractual obligations effectively.
Related Government Programs
- Surgical Appliance and Supplies Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing.
- Lack of transparency in price discovery.
- Missed opportunity for small business participation.
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 $17,334.9 to THE WINKLEY COMPANY. LIMB
Who is the contractor on this award?
The obligated recipient is THE WINKLEY COMPANY.
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 $17,334.9.
What is the period of performance?
Start: 2026-04-03. End: 2027-04-02.
What justification was provided for the sole-source award, and does it align with federal procurement regulations?
The justification for a sole-source award typically involves a determination that only one responsible source can provide the required supplies or services. This could be due to unique capabilities, proprietary technology, or urgent and compelling needs. Federal regulations (like FAR Part 6) outline specific criteria for sole-source procurements, and agencies must document the rationale thoroughly to ensure compliance and prevent potential abuse.
What is the historical pricing for similar surgical appliances procured competitively by the VA or other agencies?
To assess the value of this $17.3M contract, a benchmark against historically competitive prices for similar surgical appliances is crucial. Researching past VA or other federal agency contracts for comparable items, considering quantity, specifications, and contract type, would reveal if The Winkley Company's pricing is within a reasonable range or if it appears inflated due to the lack of competition.
Are there any performance metrics or quality assurance measures in place to ensure the effectiveness and value of the supplied appliances?
Given the significant value and sole-source nature, robust performance metrics and quality assurance are essential. This includes tracking delivery timeliness, product defect rates, and user satisfaction among veterans. The VA should have clear procedures for monitoring The Winkley Company's adherence to specifications and overall contract performance to mitigate risks associated with non-competitive awards.
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: 740 DOUGLAS DR N, GOLDEN VALLEY, MN, 55422
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,335
Exercised Options: $17,335
Current Obligation: $17,335
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-03
Current End Date: 2027-04-02
Potential End Date: 2027-04-02 00:00:00
Last Modified: 2026-04-03
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.)