VA awards $34.6M to Intuitive Surgical for robotic systems, raising questions on competition and value

Contract Overview

Contract Amount: $34,596,300 ($34.6M)

Contractor: Intuitive Surgical Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2012-09-30

End Date: 2016-09-29

Contract Duration: 1,460 days

Daily Burn Rate: $23.7K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: NATIONWIDE PURCHASE ROBOTIC SURGICAL SYSTEMS.

Place of Performance

Location: SUNNYVALE, SANTA CLARA County, CALIFORNIA, 94086

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $34.6 million to INTUITIVE SURGICAL INC for work described as: NATIONWIDE PURCHASE ROBOTIC SURGICAL SYSTEMS. Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. High per-unit cost compared to market benchmarks suggests potential for overpayment. 3. Lack of competition raises concerns about contractor performance incentives and innovation. 4. Long contract duration may not reflect evolving technology needs in robotic surgery. 5. Sole-source award limits opportunities for small businesses to participate. 6. Limited transparency in pricing due to lack of competitive bidding.

Value Assessment

Rating: questionable

The $34.6 million award to Intuitive Surgical Inc. for robotic surgical systems appears questionable due to the sole-source nature of the contract and a lack of comparative pricing data. Without competitive bidding, it is difficult to ascertain if the government received the best possible value. Benchmarking against similar contracts or market rates for comparable systems is essential to assess the fairness of the pricing. The absence of competition suggests a potential for inflated costs compared to what could have been achieved in a more open market.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one bidder, Intuitive Surgical Inc., was considered. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. The lack of competition means there was no direct comparison of pricing or technical capabilities from alternative providers, potentially leading to a higher price than if the contract had been competed. This also limits the government's ability to leverage market forces to secure better terms.

Taxpayer Impact: Taxpayers may have paid a premium for these robotic surgical systems due to the absence of competitive pressure. The sole-source award prevents the government from exploring potentially more cost-effective solutions from other manufacturers.

Public Impact

Veterans Affairs (VA) medical facilities nationwide will benefit from access to advanced robotic surgical systems. The contract facilitates the delivery of minimally invasive surgical procedures, potentially leading to improved patient outcomes and faster recovery times. The geographic impact is nationwide, supporting VA hospitals across the country. The contract supports the use of advanced medical technology within the healthcare sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for robotic surgical systems is a specialized segment within the broader medical device industry. While dominated by a few key players, there is ongoing innovation and development from other companies. The VA's spending in this area reflects a commitment to adopting advanced surgical technologies to improve patient care. Comparable spending benchmarks would typically involve analyzing other large federal or private healthcare systems' procurement of similar robotic platforms, considering factors like system capabilities, service agreements, and training.

Small Business Impact

This contract was not set aside for small businesses, nor does it appear to have significant subcontracting requirements for small businesses. As a sole-source award to a large, established corporation, it offers limited direct opportunities for small businesses to participate in the provision of these high-value robotic surgical systems. This could represent a missed opportunity to foster innovation and competition within the small business segment of the medical technology market.

Oversight & Accountability

Oversight of this contract would typically fall under the Department of Veterans Affairs' procurement and program management offices. Accountability measures would include performance reviews and adherence to contract terms. Transparency is limited due to the sole-source nature, with fewer public details available compared to competed contracts. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

healthcare, medical-equipment, robotic-surgery, department-of-veterans-affairs, definitive-contract, sole-source, firm-fixed-price, nationwide, surgical-and-medical-instrument-manufacturing, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $34.6 million to INTUITIVE SURGICAL INC. NATIONWIDE PURCHASE ROBOTIC SURGICAL SYSTEMS.

Who is the contractor on this award?

The obligated recipient is INTUITIVE SURGICAL 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 $34.6 million.

What is the period of performance?

Start: 2012-09-30. End: 2016-09-29.

What is the track record of Intuitive Surgical Inc. with the Department of Veterans Affairs?

Intuitive Surgical Inc. has a history of providing robotic surgical systems to various government entities, including the Department of Veterans Affairs. While this specific contract is a definitive contract awarded in 2012, the company's broader experience includes numerous sales and service agreements for its da Vinci Surgical System across different healthcare networks. Analyzing past performance metrics, user feedback from VA facilities, and any documented issues or successes related to previous VA contracts would provide a clearer picture of their track record. However, without specific data on prior VA engagements beyond this contract, a comprehensive assessment is challenging. The company is generally recognized as a pioneer and leader in the field of robotic-assisted surgery, with a substantial installed base and established service infrastructure.

How does the pricing of this contract compare to similar robotic surgical systems procured by other federal agencies or large healthcare systems?

Direct comparison of pricing for this specific $34.6 million contract is difficult without access to detailed pricing structures and the exact configurations of the robotic systems procured. As a sole-source award, there's an inherent lack of competitive benchmarking. However, industry analyses and reports on robotic surgery often highlight the significant capital investment and ongoing operational costs associated with these systems, including maintenance and disposables. To perform a robust comparison, one would need to identify contracts for similar da Vinci systems or comparable robotic platforms from other manufacturers, procured under competitive conditions, and analyze the per-system cost, including initial purchase, service contracts, and estimated utilization costs over the system's lifecycle. The absence of such comparative data for this sole-source VA contract raises concerns about potential overpayment.

What are the primary risks associated with a sole-source award for critical medical equipment like robotic surgical systems?

The primary risks associated with a sole-source award for critical medical equipment such as robotic surgical systems include inflated pricing due to the lack of competitive pressure, reduced incentive for the contractor to innovate or offer superior service, and a potential lack of access to alternative technologies or improved solutions that might be offered by other vendors. Taxpayers may bear a higher cost for the equipment and associated services. Furthermore, reliance on a single supplier can create vulnerabilities in the supply chain and service availability. If the sole-source contractor experiences financial difficulties or operational issues, it could significantly disrupt the provision of care at VA facilities. The government also loses the opportunity to foster a more competitive market, which could lead to lower prices and better technology in the long run.

How effective are robotic surgical systems in improving patient outcomes and reducing healthcare costs within the VA system?

Robotic surgical systems, like the da Vinci system, are generally associated with improved patient outcomes in various surgical specialties. Benefits often include smaller incisions, reduced blood loss, shorter hospital stays, and faster recovery times compared to traditional open surgery. These factors can contribute to lower overall healthcare costs by minimizing complications and readmissions. However, the effectiveness and cost-efficiency can vary significantly depending on the specific surgical procedure, the patient population, and the healthcare system's infrastructure and utilization rates. For the VA system, the effectiveness would be measured by comparing outcomes and costs for robotic procedures against traditional methods for similar patient groups. A comprehensive analysis would require tracking patient data, procedure success rates, complication rates, recovery times, and associated costs over time.

What has been the historical spending pattern of the VA on robotic surgical systems, and how does this contract fit within that trend?

Historical spending patterns of the VA on robotic surgical systems would reveal the extent of their investment in this technology over time. This $34.6 million contract, awarded in 2012 and spanning four years, represents a significant, albeit specific, investment. To understand the broader trend, one would need to examine VA's procurement data for robotic surgical systems across multiple years and contracts. This would include looking at the number of systems purchased, the total dollar amounts spent, and whether these procurements were typically competed or sole-sourced. If the VA has consistently relied on sole-source awards for these systems, it indicates a long-standing approach that may warrant re-evaluation. Conversely, if this is an outlier, it might suggest specific circumstances or a shift in procurement strategy. Understanding this historical context is crucial for assessing the current contract's significance and potential implications.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical and Medical Instrument Manufacturing

Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: VA798S-12-R-0026

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1266 KIFER RD, SUNNYVALE, CA, 94086

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $34,596,300

Exercised Options: $34,596,300

Current Obligation: $34,596,300

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Timeline

Start Date: 2012-09-30

Current End Date: 2016-09-29

Potential End Date: 2016-09-29 00:00:00

Last Modified: 2016-09-29

More Contracts from Intuitive Surgical Inc

View all Intuitive Surgical Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending