VA awards $2M+ contract for facility assessments across VISN 7 medical centers
Contract Overview
Contract Amount: $2,028,166 ($2.0M)
Contractor: Spur Design, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-21
End Date: 2027-05-26
Contract Duration: 400 days
Daily Burn Rate: $5.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 25
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: A-E SERVICES TO CONDUCT AND DOCUMENT A FACILITY CONDITION ASSESSMENT OF VA MEDICAL CENTERS IN THE VETERANS INTEGRATED SERVICE NETWORK (VISN) 7, WHICH CONSISTS OF VARIOUS LOCATIONS IN GEORGIA, SOUTH CAROLINA, AND ALABAMA.
Place of Performance
Location: OKLAHOMA CITY, OKLAHOMA County, OKLAHOMA, 73109
State: Oklahoma Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $2.0 million to SPUR DESIGN, LLC for work described as: A-E SERVICES TO CONDUCT AND DOCUMENT A FACILITY CONDITION ASSESSMENT OF VA MEDICAL CENTERS IN THE VETERANS INTEGRATED SERVICE NETWORK (VISN) 7, WHICH CONSISTS OF VARIOUS LOCATIONS IN GEORGIA, SOUTH CAROLINA, AND ALABAMA. Key points: 1. Contract focuses on facility condition assessments, crucial for infrastructure maintenance and modernization. 2. The definitive contract structure suggests a need for ongoing or phased services. 3. Fixed-price contract type aims to control costs for the government. 4. The award to Spur Design, LLC indicates a specific capability match for engineering services. 5. Geographic scope covers multiple states, requiring logistical coordination. 6. The contract duration of approximately 1.5 years allows for thorough assessment. 7. The North American Industry Classification System (NAICS) code 541330 points to engineering services. 8. The contract value is moderate for a multi-state facility assessment project.
Value Assessment
Rating: good
The contract value of over $2 million for facility condition assessments across multiple medical centers in VISN 7 appears reasonable given the scope. While direct comparisons are difficult without more specific project details, similar multi-site facility assessment contracts for large healthcare systems can range from hundreds of thousands to several million dollars depending on the number and size of facilities. The firm-fixed-price structure suggests an effort to establish a clear cost baseline. Benchmarking against industry standards for engineering assessment services would provide further context on value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This designation is unusual and suggests that while the competition was intended to be open, specific sources may have been excluded for reasons not immediately apparent from the provided data. Further investigation into the 'exclusion of sources' justification would be necessary to fully understand the competitive landscape and its potential impact on pricing and innovation. The number of bidders is not specified, which limits a detailed analysis of competition dynamics.
Taxpayer Impact: The 'exclusion of sources' aspect warrants scrutiny to ensure taxpayers are not disadvantaged by a potentially narrowed competitive field, which could lead to higher prices or less optimal solutions.
Public Impact
Veterans will benefit from improved facility conditions and potentially enhanced healthcare environments at VISN 7 medical centers. The contract delivers essential facility condition assessment services, informing future maintenance, repair, and capital investment decisions. Geographic impact spans Georgia, South Carolina, and Alabama, ensuring a consistent assessment across the VISN 7 network. The contract supports the engineering services sector, potentially involving specialized assessment professionals and technicians.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of transparency regarding the 'exclusion of sources' in the competition process.
- Potential for limited competition to impact overall value and innovation.
- Need for clear deliverables and quality control to ensure thoroughness of assessments.
Positive Signals
- Firm-fixed-price contract type provides cost certainty.
- Clear definition of services (facility condition assessment) and geographic scope.
- Contract duration allows for comprehensive evaluation of facilities.
Sector Analysis
This contract falls within the Engineering Services sector (NAICS 541330), a critical component of the broader construction and facilities management industry. The market for facility condition assessments is driven by the need for organizations, particularly government agencies with extensive real estate portfolios like the VA, to maintain aging infrastructure, comply with regulations, and plan for future capital investments. Spending in this area is often tied to budget cycles and the condition of existing assets. Comparable spending benchmarks would involve looking at other large-scale facility assessment contracts awarded by federal agencies or large private real estate holders.
Small Business Impact
The provided data does not indicate any specific small business set-aside provisions or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is not explicitly defined. However, the prime contractor, Spur Design, LLC, may itself be a small business, or it may engage small businesses as subcontractors. Further analysis of the prime contractor's size status and subcontracting plans would be needed to assess the full impact.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Veterans Affairs contracting officers and program managers. The firm-fixed-price nature of the contract provides a degree of financial oversight by establishing a set cost. Transparency regarding the 'exclusion of sources' and the detailed findings of the facility condition assessments would be key areas for public accountability. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract performance were identified.
Related Government Programs
- VA Medical Facility Maintenance Contracts
- Federal Engineering Services Contracts
- Facility Condition Assessment Services
- VISN Capital Asset Management Programs
Risk Flags
- Potential for limited competition due to source exclusion.
- Clarity needed on the justification for excluding sources.
- Need for robust oversight to ensure thoroughness of assessments.
Tags
facility-assessment, engineering-services, department-of-veterans-affairs, definitive-contract, firm-fixed-price, limited-competition, multi-state, healthcare-infrastructure, visn-7, spur-design-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.0 million to SPUR DESIGN, LLC. A-E SERVICES TO CONDUCT AND DOCUMENT A FACILITY CONDITION ASSESSMENT OF VA MEDICAL CENTERS IN THE VETERANS INTEGRATED SERVICE NETWORK (VISN) 7, WHICH CONSISTS OF VARIOUS LOCATIONS IN GEORGIA, SOUTH CAROLINA, AND ALABAMA.
Who is the contractor on this award?
The obligated recipient is SPUR DESIGN, LLC.
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 $2.0 million.
What is the period of performance?
Start: 2026-04-21. End: 2027-05-26.
What is the specific justification for excluding other sources in this 'Full and Open Competition After Exclusion of Sources' award?
The provided data does not contain the specific justification for excluding other sources. This designation typically implies that while the competition was intended to be open, certain potential offerors were deemed ineligible or unsuitable based on predefined criteria, or that a previous solicitation may have been unsuccessful. Understanding the rationale behind this exclusion is crucial for assessing whether the competition was truly maximized and if the government secured the best possible value. Without this information, it's difficult to determine if the exclusion was warranted or if it potentially limited price discovery and innovation, which could impact taxpayer interests.
How does the pricing of this contract compare to similar facility condition assessment contracts awarded by the VA or other federal agencies?
Directly comparing the pricing of this $2,028,166.31 contract for facility condition assessments across VISN 7 medical centers to similar contracts is challenging without detailed project scope, facility types, and assessment methodologies. However, the contract value appears moderate for a multi-state, multi-facility project. Benchmarking would require analyzing the cost per square foot assessed, the number of facilities covered, and the complexity of the assessments. Generally, larger, more complex facilities or those requiring specialized testing (e.g., environmental, structural integrity) would command higher assessment costs. The firm-fixed-price structure suggests an effort to control costs, but the ultimate value depends on the thoroughness and accuracy of the assessments delivered.
What are the key performance indicators (KPIs) or metrics used to evaluate the success of Spur Design, LLC's performance under this contract?
The provided data does not specify the key performance indicators (KPIs) or metrics for evaluating Spur Design, LLC's performance. However, for a facility condition assessment contract, typical KPIs would likely include the timely completion of assessments for all designated facilities, the accuracy and comprehensiveness of the assessment reports, adherence to established standards (e.g., building codes, VA facility guidelines), the clarity and usability of the findings for future planning, and overall client satisfaction. The Department of Veterans Affairs contracting officer and project managers would be responsible for monitoring these aspects throughout the contract's duration and at its conclusion.
What is the historical spending pattern for facility condition assessments within VISN 7 or similar VA networks?
Historical spending patterns for facility condition assessments within VISN 7 or similar VA networks are not detailed in the provided data. To establish such a pattern, one would need to analyze past contracts awarded for similar services within this specific VISN or across comparable Veterans Integrated Service Networks (VISNs). This analysis would involve examining the frequency of these assessments, the average contract values over time, the types of contractors engaged, and any trends in spending that might correlate with infrastructure age, budget allocations, or strategic facility management initiatives. Understanding historical spending provides context for the current award's value and necessity.
What is the track record of Spur Design, LLC in performing similar facility condition assessments for federal agencies?
The provided data does not include information on Spur Design, LLC's specific track record in performing facility condition assessments for federal agencies. To assess their capabilities, one would typically review past performance evaluations, contract history databases (like SAM.gov or FPDS), and any publicly available project portfolios. Key aspects to examine would include the size and complexity of previous projects, client satisfaction ratings, any past performance issues or commendations, and their experience with VA facilities or similar healthcare infrastructure. A strong track record in similar engagements would increase confidence in their ability to successfully execute this contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - GENERAL
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: ARCHITECT-ENGINEER FAR 6.102
Solicitation ID: 36C10F25R0020
Offers Received: 25
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 312 SW 25TH ST, OKLAHOMA CITY, OK, 73109
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: $2,028,166
Exercised Options: $2,028,166
Current Obligation: $2,028,166
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2026-04-21
Current End Date: 2027-05-26
Potential End Date: 2027-05-26 00:00:00
Last Modified: 2026-04-07
More Contracts from Spur Design, LLC
- Construct Sterile Processing Service, Salt Lake City, UT. Vamc — $1.5M (Department of Veterans Affairs)
- Oklahoma City Vamc — $913.1K (Department of Veterans Affairs)
- Aceps II National Standard Design - 50% National Standard Design Proposal From Spur Dated 7/29/2024 — $385.2K (Department of Transportation)
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.)