DHS Coast Guard awards $564K for trauma kits to AV Medical LLC under BPA Call
Contract Overview
Contract Amount: $56,420 ($56.4K)
Contractor: Avmedical LLC
Awarding Agency: Department of Homeland Security
Start Date: 2026-04-08
End Date: 2026-06-08
Contract Duration: 61 days
Daily Burn Rate: $925/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: LOW VISIBILITY DEPLOYMENT TRAUMA KIT (LVD-2 WITH BLACK POUCH)
Place of Performance
Location: FRANKLIN, WILLIAMSON County, TENNESSEE, 37064
Plain-Language Summary
Department of Homeland Security obligated $56,420 to AVMEDICAL LLC for work described as: LOW VISIBILITY DEPLOYMENT TRAUMA KIT (LVD-2 WITH BLACK POUCH) Key points: 1. The contract is for Low Visibility Deployment Trauma Kits. 2. AV Medical LLC is the sole awardee. 3. The contract was competed under Simplified Acquisition Procedures (SAP). 4. The contract has a duration of 61 days. 5. The award is for Firm Fixed Price.
Value Assessment
Rating: fair
The award amount of $564,200 for 61 days suggests a per-unit cost that needs further benchmarking against similar trauma kits. Without more detailed specifications or comparison data, it's difficult to definitively assess value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP, indicating a limited competition approach. While SAP aims for efficiency, it may not always yield the best price discovery compared to full and open competition.
Taxpayer Impact: The relatively small contract value suggests a minimal direct taxpayer impact, but the efficiency of the procurement process could be improved.
Public Impact
Ensures operational readiness for Coast Guard personnel in critical situations. Supports specialized medical equipment needs for maritime law enforcement. Provides essential trauma care supplies for deployment scenarios.
Waste & Efficiency Indicators
Waste Risk Score: 92 / 10
Warning Flags
- Limited competition under SAP may not guarantee the best price.
- Short contract duration could indicate an urgent or specific need, requiring careful monitoring.
Positive Signals
- Awarded to a specific company, potentially indicating a trusted supplier.
- Firm Fixed Price contract provides cost certainty.
Sector Analysis
The procurement falls within the medical supplies manufacturing sector, specifically for specialized trauma kits. Benchmarks for similar specialized medical equipment can vary widely based on features and intended use.
Small Business Impact
The data does not indicate if AV Medical LLC is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The use of a BPA Call suggests an existing framework agreement, which can streamline oversight. However, the limited competition aspect warrants attention to ensure fair pricing and performance.
Related Government Programs
- Surgical Appliance and Supplies Manufacturing
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Potential for suboptimal pricing due to limited competition.
- Lack of transparency regarding the specific capabilities of the awarded kit.
- Short contract duration may indicate a reactive procurement rather than strategic planning.
- Unclear small business participation.
Tags
surgical-appliance-and-supplies-manufact, department-of-homeland-security, tn, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $56,420 to AVMEDICAL LLC. LOW VISIBILITY DEPLOYMENT TRAUMA KIT (LVD-2 WITH BLACK POUCH)
Who is the contractor on this award?
The obligated recipient is AVMEDICAL LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $56,420.
What is the period of performance?
Start: 2026-04-08. End: 2026-06-08.
What is the specific justification for using SAP and limited competition for this trauma kit procurement?
The justification for using Simplified Acquisition Procedures (SAP) and limited competition likely stems from the need for rapid procurement of specialized equipment. SAP is designed for smaller dollar value procurements (under $250,000, though this contract exceeds that, suggesting a specific exception or a different threshold interpretation), and limited competition can expedite the process when specific capabilities or existing relationships are deemed necessary. This approach prioritizes speed and potentially specific product requirements over broad market competition.
How does the unit cost of these trauma kits compare to commercially available or government-wide contract pricing?
Without detailed specifications of the 'LOW VISIBILITY DEPLOYMENT TRAUMA KIT (LVD-2 WITH BLACK POUCH)' and its contents, a direct unit cost comparison is challenging. However, given the $564,200 award for a 61-day duration, the implied per-unit cost needs to be benchmarked against similar specialized trauma kits available through other government contracts (like GSA schedules) or commercial offerings. The limited competition aspect raises a flag that the price might not be the most competitive available.
What is the long-term strategy for ensuring a consistent and cost-effective supply of these critical trauma kits?
The current contract's short duration (61 days) suggests it may be an interim solution or for a specific, immediate need. A long-term strategy should involve exploring full and open competition for future requirements, potentially through a larger indefinite-delivery/indefinite-quantity (IDIQ) contract or a multi-year agreement. This would allow for better price negotiation, encourage market research, and ensure a stable supply chain for these essential items.
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: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4037 RURAL PLAINS CIR, FRANKLIN, TN, 37064
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $56,420
Exercised Options: $56,420
Current Obligation: $56,420
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B03C23A00000027
IDV Type: BPA
Timeline
Start Date: 2026-04-08
Current End Date: 2026-06-08
Potential End Date: 2026-06-08 01:57:03
Last Modified: 2026-04-08
More Contracts from Avmedical LLC
- Patient Monitoring System Upgrade for the Oklahoma City VA Medical Center — $8.8M (Department of Veterans Affairs)
- Surgical Masks — $5.8M (Department of Health and Human Services)
- Express Report: NX Orders Placed for the Month of MAR 2026 — $85.7K (Department of Veterans Affairs)
- Medsurge Supplies - FMS Pharma Cache — $73.4K (Department of Health and Human Services)
- THE Purpose of This Delivery Order IS to Replenish the Greencastle Distribution Center With Consumable Medical Supplies — $64.6K (Department of Homeland Security)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)