VA awards $300K contract for Monarch Bronchoscope maintenance to Auris Health, Inc
Contract Overview
Contract Amount: $300,000 ($300.0K)
Contractor: Auris Health, Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-05-22
End Date: 2027-05-21
Contract Duration: 1,460 days
Daily Burn Rate: $205/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: ANNUAL PREVENTATIVE MAINTENANCE AND CORRECTIVE REPAIR SERVICE ON-SITE FOR THE MONARCH BRONCHOSCOPE PLATFORM.
Place of Performance
Location: PHOENIX, MARICOPA County, ARIZONA, 85012
State: Arizona Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $300,000 to AURIS HEALTH, INC for work described as: ANNUAL PREVENTATIVE MAINTENANCE AND CORRECTIVE REPAIR SERVICE ON-SITE FOR THE MONARCH BRONCHOSCOPE PLATFORM. Key points: 1. The contract focuses on essential maintenance for specialized medical equipment. 2. A single vendor, Auris Health, Inc., is awarded the contract. 3. Potential risks include vendor lock-in and limited price negotiation. 4. The sector is healthcare equipment repair and maintenance.
Value Assessment
Rating: fair
The $300,000 award for a 4-year maintenance contract appears reasonable given the specialized nature of the Monarch Bronchoscope platform. Benchmarking is difficult without specific service level agreements and comparable contracts for this niche equipment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award to Auris Health, Inc. This limits price discovery and competitive negotiation, potentially leading to higher costs for the government.
Taxpayer Impact: Taxpayers may be paying a premium due to the lack of competition for this specialized medical equipment maintenance.
Public Impact
Ensures continued operational readiness of critical medical diagnostic equipment. Supports patient care by maintaining advanced bronchoscopy technology. Potential for increased costs due to sole-source nature of the award.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Potential for price escalation without competitive pressure.
- Reliance on a single vendor for critical maintenance.
Positive Signals
- Ensures availability of specialized maintenance.
- Supports critical healthcare function.
Sector Analysis
This contract falls within the healthcare equipment repair and maintenance sector. Spending in this area is crucial for maintaining advanced medical technologies, but often involves specialized vendors, leading to sole-source or limited competition scenarios.
Small Business Impact
The contract was awarded to Auris Health, Inc., a specific manufacturer, and there is no indication of subcontracting opportunities for small businesses in the provided data.
Oversight & Accountability
The Department of Veterans Affairs is the awarding and contracting agency. Oversight would involve ensuring the contractor meets service level agreements and that the pricing remains justified throughout the contract term.
Related Government Programs
- Electronic and Precision Equipment Repair and Maintenance
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for vendor lock-in
- Limited price negotiation
Tags
electronic-and-precision-equipment-repai, department-of-veterans-affairs, az, definitive-contract, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $300,000 to AURIS HEALTH, INC. ANNUAL PREVENTATIVE MAINTENANCE AND CORRECTIVE REPAIR SERVICE ON-SITE FOR THE MONARCH BRONCHOSCOPE PLATFORM.
Who is the contractor on this award?
The obligated recipient is AURIS HEALTH, 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 $300,000.
What is the period of performance?
Start: 2023-05-22. End: 2027-05-21.
What is the justification for the sole-source award, and were alternative solutions explored?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or lack of market availability from other vendors. For specialized medical equipment like the Monarch Bronchoscope, the original manufacturer often holds the exclusive rights to service and repair. The VA would need to document why competition was not feasible, such as the need for specific manufacturer-trained technicians and proprietary parts.
How does the annual maintenance cost compare to industry benchmarks for similar advanced medical equipment?
Benchmarking this contract's cost is challenging without access to specific service level agreements and detailed breakdowns of included services (e.g., preventative vs. corrective, response times, parts included). However, given the specialized nature of robotic bronchoscopy platforms, maintenance contracts can be substantial. A comparison would require identifying contracts for similar high-value, technologically advanced medical devices from other federal agencies or large healthcare systems.
What measures are in place to ensure the effectiveness and quality of the maintenance services provided?
Effectiveness and quality are typically ensured through clearly defined performance standards and metrics within the contract's Statement of Work (SOW). The VA would monitor the contractor's adherence to these standards, including response times for corrective repairs, successful completion of preventative maintenance schedules, and overall equipment uptime. Performance reviews and potential penalties for non-compliance are common mechanisms for ensuring service quality.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
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
Parent Company: Johnson & Johnson
Address: 150 SHORELINE DR, REDWOOD CITY, CA, 94065
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $375,000
Exercised Options: $300,000
Current Obligation: $300,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-05-22
Current End Date: 2027-05-21
Potential End Date: 2028-05-21 00:00:00
Last Modified: 2026-04-07
More Contracts from Auris Health, Inc
- Preventive & Corrective Maintenance - VA Owned Monarch Platform for Bronchoscopy - Vaphs — $306.0K (Department of Veterans Affairs)
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.)