DOJ awards $16K firm-fixed-price contract for surgical/medical instruments to Four Points Technology, LLC
Contract Overview
Contract Amount: $37,532 ($37.5K)
Contractor: Four Points Technology, L.L.C.
Awarding Agency: Department of Justice
Start Date: 2026-01-01
End Date: 2026-12-31
Contract Duration: 364 days
Daily Burn Rate: $103/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: PYXIS RENTAL FY26 FIRM FIXED PRICE IAW T&C: 15BNAS24A00000044 $16,069.65
Place of Performance
Location: MISSION, JOHNSON County, KANSAS, 66202
State: Kansas Government Spending
Plain-Language Summary
Department of Justice obligated $37,531.85 to FOUR POINTS TECHNOLOGY, L.L.C. for work described as: PYXIS RENTAL FY26 FIRM FIXED PRICE IAW T&C: 15BNAS24A00000044 $16,069.65 Key points: 1. The contract's value appears to be a delivery order under a larger contract, with a specific value of $16,069.65 for a 364-day period. 2. The procurement method, 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggests a competitive process but with specific exclusions. 3. The National Stock Number (NSN) 339112 indicates the contract is for surgical and medical instruments, a critical category for healthcare services. 4. The contract is firm-fixed-price, which shifts cost risk to the contractor and provides budget certainty for the government. 5. The awardee, Four Points Technology, LLC, is a known entity in federal contracting, suggesting a potentially established relationship or proven capability. 6. The contract duration of 364 days aligns with typical annual requirements for consumable or regularly needed supplies. 7. The geographic location of the awardee in Kansas (KS) may have implications for logistics and delivery timelines.
Value Assessment
Rating: good
The contract value of $16,069.65 for a one-year period for surgical and medical instruments appears reasonable for a delivery order. Without knowing the specific items and quantities, a direct per-unit cost comparison is difficult. However, the firm-fixed-price structure suggests that the pricing was determined through negotiation or established on a previous competitive basis. The value is relatively small in the context of federal spending, indicating it might be for a specific facility or a limited set of needs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded. The specific reasons for exclusion are not detailed here but could relate to specific technical requirements, past performance, or other pre-qualification criteria. The number of bidders is not specified, but the 'limited' competition level suggests it was not a wide-open bid process.
Taxpayer Impact: A limited competition may result in less aggressive pricing compared to full and open competition, potentially leading to slightly higher costs for taxpayers. However, if the exclusions were justified by specific needs, it could ensure the best fit for the requirement.
Public Impact
The primary beneficiaries are likely the Federal Prison System / Bureau of Prisons, which will receive the surgical and medical instruments. These instruments will support healthcare services provided to inmates within federal correctional facilities. The geographic impact is primarily within the United States, specifically where the Bureau of Prisons operates facilities requiring these supplies. The contract supports the operational needs of the federal correctional healthcare workforce, ensuring they have the necessary tools.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition to impact price competitiveness.
- Lack of specific details on the excluded sources makes it difficult to assess the necessity of exclusions.
- The contract is a delivery order, so its overall value and impact are tied to the parent contract, which is not detailed here.
Positive Signals
- Firm-fixed-price contract provides cost certainty for the government.
- Award to a known contractor, Four Points Technology, LLC, suggests a potentially reliable source.
- The contract addresses a critical need for healthcare supplies within the federal prison system.
Sector Analysis
The market for surgical and medical instruments is a significant segment of the broader healthcare industry. Federal agencies, particularly those operating healthcare facilities like the Bureau of Prisons, are consistent buyers. This contract fits within the government's strategy to procure essential medical supplies to maintain the health and well-being of individuals under its care. Benchmarking this specific award is challenging without more detail, but the federal government procures billions in medical supplies annually.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from this particular award. The primary contractor, Four Points Technology, LLC, may be a small or large business, but the award itself does not contain a small business set-aside designation.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Justice's Office of the Inspector General, as well as internal procurement oversight within the Bureau of Prisons. Transparency is facilitated by public contract databases like FPDS. Accountability is ensured through the firm-fixed-price terms, requiring the contractor to deliver specified goods. Performance would be monitored by the contracting officer's representative (COR) to ensure compliance with delivery schedules and quality standards.
Related Government Programs
- Federal Prison System Healthcare Services
- Bureau of Prisons Medical Supply Procurement
- Department of Justice Medical Equipment Contracts
- Surgical Instrument Procurement
- Medical Device Manufacturing
Risk Flags
- Limited competition may impact price.
- Justification for source exclusion needs verification.
- Contract is a delivery order; parent contract details unknown.
Tags
healthcare, medical-instruments, department-of-justice, bureau-of-prisons, firm-fixed-price, delivery-order, limited-competition, kansas, surgical-supplies, federal-prison-system
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $37,531.85 to FOUR POINTS TECHNOLOGY, L.L.C.. PYXIS RENTAL FY26 FIRM FIXED PRICE IAW T&C: 15BNAS24A00000044 $16,069.65
Who is the contractor on this award?
The obligated recipient is FOUR POINTS TECHNOLOGY, L.L.C..
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $37,531.85.
What is the period of performance?
Start: 2026-01-01. End: 2026-12-31.
What is the track record of Four Points Technology, LLC in fulfilling federal contracts, particularly for medical supplies?
Four Points Technology, LLC has a history of receiving federal contracts, including those related to medical supplies and equipment. A review of federal procurement data would reveal the volume and types of contracts awarded to them. Their performance history, including on-time delivery, quality of goods, and adherence to contract terms, would be documented in past performance evaluations. Agencies often consider this past performance when making new awards, especially under competitive but limited solicitations. Understanding their specific experience with the Bureau of Prisons or similar correctional healthcare environments would be crucial for assessing their suitability for this contract.
How does the pricing of this contract compare to similar surgical and medical instrument procurements by the federal government?
Direct comparison of the $16,069.65 value is difficult without knowing the exact items and quantities. However, the federal government procures a vast array of surgical and medical instruments through various contract vehicles, including GSA Schedules and other IDIQs. The National Stock Number (NSN) 339112 covers a broad category. To benchmark, one would need to identify comparable delivery orders for the same or similar NSNs awarded around the same period, ideally through full and open competition. Factors like volume discounts, specific manufacturer requirements, and delivery locations significantly influence pricing. The firm-fixed-price nature suggests the price was deemed fair and reasonable at the time of award.
What are the specific risks associated with a 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method for medical supplies?
This procurement method presents a nuanced risk profile. The primary risk is that excluding certain sources, even if justified, might limit the pool of potential offerors, potentially leading to less competitive pricing than a truly unrestricted full and open competition. There's also a risk that the justification for exclusion might be weak or contested, leading to protests. For medical supplies, ensuring the excluded sources were not critical for maintaining a diverse and robust supply chain is important. The benefit is that it allows agencies to tailor competition to specific needs or capabilities, potentially ensuring a better technical solution, but this must be balanced against price competition.
What is the typical annual spending by the Federal Prison System on surgical and medical instruments?
The Federal Prison System (FPS), operated by the Bureau of Prisons (BOP), has significant and consistent spending on surgical and medical instruments due to the healthcare needs of its inmate population. While this specific contract is for $16,069.65, the total annual expenditure is likely in the millions of dollars, distributed across numerous contracts and delivery orders. Analyzing historical spending data for the BOP under NSN 339112 and related categories would provide a clearer picture of the overall budget allocation for these essential supplies. This helps contextualize the size and importance of individual awards within the larger procurement landscape.
How does the firm-fixed-price (FFP) contract type impact the government's financial exposure for this medical supply order?
The firm-fixed-price (FFP) contract type is generally favored by the government when the scope of work and requirements are well-defined, as is typical for the procurement of specific medical instruments. Under an FFP contract, the contractor assumes the majority of the cost risk. This means that the agreed-upon price is fixed, regardless of the contractor's actual costs incurred. For the government, this provides significant budget certainty and predictability. The primary financial exposure for the government is limited to the agreed contract price, unless changes or modifications are formally incorporated. This structure incentivizes the contractor to manage costs efficiently to maximize profit.
Industry Classification
NAICS: Manufacturing › Medical Equipment and Supplies Manufacturing › Surgical and Medical Instrument Manufacturing
Product/Service Code: MEDICAL SERVICES › GENERAL HEALTH CARE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13221 WOODLAND PARK RD, HERNDON, VA, 20171
Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $37,532
Exercised Options: $37,532
Current Obligation: $37,532
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 15BPCC25D00000025
IDV Type: IDC
Timeline
Start Date: 2026-01-01
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2026-04-03
More Contracts from Four Points Technology, L.L.C.
- Enterprise Cloud Capacity - Amazon WEB Services — $448.7M (Department of Veterans Affairs)
- Intersystems Maintenance and Software Licenses — $303.6M (Department of Veterans Affairs)
- This Contract IS for Requires Cloud Services From an Authorized Public Sector Reseller in Support of ALL Service Levels: Infrastructure AS a Service, Platform AS a Service, and Software AS a Service. These Cloud Services ARE Required to Allocate Memory, Processing, Storage, and Networking on Demand to Gain Access to a Suite of Secure, Scalable and Flexible Information Technology Capabilities to Enable Creation, Deletion, and Flexible Sizing of Virtual Data Centers and Virtual Machines — $236.7M (Department of Veterans Affairs)
- Cache Licensing and Maintenance Option Year 2. This Entry Represents the Total Award Value to Date — $188.8M (Department of Veterans Affairs)
- Call Order for Amazon WEB Services (AWS) Connect for Contact Center AS a Service (ccaas) - Blanket Purchase Agreement 28321321A00040003 — $150.4M (Social Security Administration)
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)