VA Awards $17.1M Prosthetic Contract to Quad City Prosthetic Inc. for Surgical Supplies
Contract Overview
Contract Amount: $17,130 ($17.1K)
Contractor: Quad City Prosthetic Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-08
End Date: 2027-04-07
Contract Duration: 364 days
Daily Burn Rate: $47/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: LIMB
Place of Performance
Location: IOWA CITY, JOHNSON County, IOWA, 52246
State: Iowa Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $17,130.01 to QUAD CITY PROSTHETIC INC for work described as: LIMB Key points: 1. Contract value of $17.1M over 364 days. 2. Sole-source award to Quad City Prosthetic Inc. 3. Potential risk due to lack of competition. 4. Sector: Healthcare/Medical Supplies.
Value Assessment
Rating: questionable
Pricing is difficult to assess without competitive benchmarks. As a sole-source award, there's no direct comparison to market rates for similar prosthetic supplies.
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 higher costs for taxpayers.
Taxpayer Impact: The lack of competition could lead to inflated prices, impacting taxpayer value.
Public Impact
Veterans will receive essential prosthetic supplies. Potential for higher costs due to sole-source award. Limited transparency on pricing justification.
Waste & Efficiency Indicators
Waste Risk Score: 47 / 10
Warning Flags
- Lack of competition
- Sole-source award
- Potential for overpricing
Positive Signals
- Ensures supply for veterans
- Specific vendor expertise (assumed)
Sector Analysis
This contract falls within the healthcare sector, specifically for surgical appliances and supplies. Spending in this area is critical for patient care but requires careful oversight to ensure value.
Small Business Impact
The awardee is a firm, but the sole-source nature of this contract does not provide opportunities for small businesses to compete.
Oversight & Accountability
The sole-source nature of this award warrants close oversight to ensure the pricing is fair and reasonable, and that the VA is receiving good value.
Related Government Programs
- Surgical Appliance and Supplies Manufacturing
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award lacks competition.
- Potential for inflated pricing.
- Limited transparency on price justification.
- No small business participation opportunity.
Tags
surgical-appliance-and-supplies-manufact, department-of-veterans-affairs, ia, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $17,130.01 to QUAD CITY PROSTHETIC INC. LIMB
Who is the contractor on this award?
The obligated recipient is QUAD CITY PROSTHETIC 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 $17,130.01.
What is the period of performance?
Start: 2026-04-08. End: 2027-04-07.
What is the justification for the sole-source award, and how was the price determined to be fair and reasonable?
The justification for a sole-source award typically involves a determination that only one responsible source can provide the required supplies or services. The price is usually determined through negotiation and comparison with historical pricing, commercial item pricing, or other available data. Without this specific justification, it's difficult to ascertain the fairness of the $17.1M award.
What are the risks associated with a sole-source contract for prosthetic supplies?
The primary risk of a sole-source contract is the lack of competitive pressure, which can lead to higher prices than might be achieved in an open market. It also limits the government's ability to explore innovative solutions or alternative suppliers that could offer better value or quality. This can result in suboptimal use of taxpayer funds.
How does this contract ensure effective delivery of prosthetic supplies to veterans?
The contract's effectiveness hinges on the vendor's ability to meet the specified delivery timelines and quality standards for prosthetic supplies. While the award ensures a supplier is in place, the lack of competition raises questions about the cost-effectiveness of this delivery method. Continuous monitoring of performance and pricing is crucial.
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: 4730 44TH ST, ROCK ISLAND, IL, 61201
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $17,130
Exercised Options: $17,130
Current Obligation: $17,130
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-08
Current End Date: 2027-04-07
Potential End Date: 2027-04-07 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.)