VA awards $99M contract for healthcare claims processing and customer service to Signature Choice, LLC

Contract Overview

Contract Amount: $99,046,529 ($99.0M)

Contractor: Signature Choice, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2022-08-01

End Date: 2023-05-07

Contract Duration: 279 days

Daily Burn Rate: $355.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: NON-VA COMMUNITY HEALTHCARE CLAIMS PROCESSING&PROVIDER CUSTOMER SERVICE CONTACT CENTER

Place of Performance

Location: WOODBRIDGE, PRINCE WILLIAM County, VIRGINIA, 22193

State: Virginia Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $99.0 million to SIGNATURE CHOICE, LLC for work described as: NON-VA COMMUNITY HEALTHCARE CLAIMS PROCESSING&PROVIDER CUSTOMER SERVICE CONTACT CENTER Key points: 1. Contract aims to improve efficiency and patient experience in healthcare claims. 2. Competition was full and open after exclusion of sources, suggesting a robust bidding process. 3. The contract duration of 279 days indicates a short-term operational need. 4. Firm Fixed Price contract type helps manage cost certainty for the VA. 5. This contract falls under Pharmacy Benefit Management and Third Party Administration. 6. The award value of $99M is significant for this type of service.

Value Assessment

Rating: good

The contract value of approximately $99 million for a 279-day period suggests a substantial operational scope. Benchmarking against similar large-scale claims processing contracts is difficult without more specific service details. However, the firm fixed-price structure is a positive indicator for cost control. The value appears reasonable given the critical nature of healthcare claims processing and customer service for a large agency like the VA.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'Full and Open Competition After Exclusion of Sources.' This indicates that while the competition was intended to be broad, specific sources may have been excluded for defined reasons, which warrants further investigation. The number of bidders is not provided, but the 'full and open' designation generally implies a competitive environment that should drive better pricing and service.

Taxpayer Impact: A competitive bidding process, even with exclusions, is generally beneficial for taxpayers as it encourages multiple vendors to offer their best terms, potentially leading to cost savings and improved service quality.

Public Impact

Veterans will benefit from potentially more efficient and responsive healthcare claims processing and customer service. The contract supports the delivery of essential administrative services for the VA's healthcare system. Services are likely to have a national impact, given the VA's scope. This contract supports roles in claims processing, customer service, and administrative support within the healthcare sector.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare administration and IT services sector is a significant area of federal spending. Contracts for claims processing and customer service are crucial for the efficient operation of large healthcare providers like the VA. This contract fits within the broader market for health information technology and administrative outsourcing, where numerous companies compete to provide specialized services. Benchmarks for similar contracts would typically focus on cost per claim processed or cost per customer interaction.

Small Business Impact

Information regarding small business set-asides or subcontracting plans is not explicitly provided for this contract. As it was awarded under 'Full and Open Competition,' it is less likely to have been a sole small business set-aside. Further analysis would be needed to determine if small businesses are involved as subcontractors or if there are specific goals for their participation.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. The contract type (Firm Fixed Price) simplifies some aspects of financial oversight. Transparency would be enhanced by public reporting of performance metrics and any modifications. Inspector General jurisdiction would apply to investigations of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

healthcare, va, claims-processing, customer-service, pharmacy-benefit-management, third-party-administration, firm-fixed-price, full-and-open-competition, delivery-order, signature-choice-llc, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $99.0 million to SIGNATURE CHOICE, LLC. NON-VA COMMUNITY HEALTHCARE CLAIMS PROCESSING&PROVIDER CUSTOMER SERVICE CONTACT CENTER

Who is the contractor on this award?

The obligated recipient is SIGNATURE CHOICE, 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 $99.0 million.

What is the period of performance?

Start: 2022-08-01. End: 2023-05-07.

What specific services are included under 'NON-VA COMMUNITY HEALTHCARE CLAIMS PROCESSING&PROVIDER CUSTOMER SERVICE CONTACT CENTER'?

The contract title suggests a broad range of services related to managing healthcare claims submitted by non-VA providers and offering customer service support. This likely includes receiving, reviewing, and processing claims for payment, verifying eligibility, handling inquiries from providers and potentially patients, and managing related data. The 'Provider Customer Service' aspect implies a dedicated support function for healthcare providers interacting with the VA system. The exact scope would be detailed in the contract's Statement of Work (SOW), which is not provided here but would specify deliverables, performance standards, and reporting requirements.

How does the 'full and open competition after exclusion of sources' process differ from standard full and open competition?

Standard 'full and open competition' requires the government to solicit offers from all responsible sources and to award the contract to the responsible source that provides the best value. 'Full and Open Competition After Exclusion of Sources' implies that while the competition was intended to be broad, certain specific sources were identified and excluded from the bidding process. This exclusion must be justified by law or regulation, such as when only one or a limited number of sources possess the unique capability or technology required. The justification for exclusion is critical for ensuring fairness and preventing undue restriction of competition, and it should be documented in the contract file.

What are the potential risks associated with a firm fixed-price contract for these services?

While Firm Fixed Price (FFP) contracts offer cost certainty to the government, potential risks exist. For the contractor, if the costs of providing the services are higher than anticipated, their profit margin will be reduced, or they could incur a loss. This risk can sometimes lead contractors to cut corners on quality or service levels to maintain profitability, although performance standards in the SOW should mitigate this. For the government, the primary risk is that the fixed price might be higher than it would have been under a cost-reimbursement contract if the contractor's actual costs were significantly lower than projected. However, for well-defined services like claims processing, FFP is generally preferred for its predictability.

What is the typical duration for contracts of this nature, and does the 279-day period suggest anything specific?

Contracts for large-scale claims processing and customer service can vary significantly in duration, ranging from short-term operational needs (less than a year) to multi-year contracts with option periods. A duration of 279 days (approximately 9 months) is relatively short. This could indicate that the contract is intended to fulfill an immediate, short-term requirement, perhaps to cover a gap while a longer-term solution is procured, or it might be a pilot program. Alternatively, it could be the initial base period of a longer contract, with options for extension. Without further context, it's difficult to definitively interpret the short duration, but it suggests a focused operational window.

How does the scale of this $99 million contract compare to other VA healthcare administration contracts?

A $99 million contract for approximately 9 months of service is substantial. The VA manages a vast healthcare system, and contracts for IT, administrative support, and specialized services often run into tens or hundreds of millions of dollars annually. This particular award, while significant, needs to be viewed within the context of the VA's overall annual spending on healthcare operations and administration. It represents a considerable investment in ensuring the efficient processing of claims and effective communication with providers, which are critical functions for the VA's ability to serve veterans.

Industry Classification

NAICS: Finance and InsuranceAgencies, Brokerages, and Other Insurance Related ActivitiesPharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL 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: 5272 GUNSTON HALL DR, WOODBRIDGE, VA, 22193

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $120,000,000

Exercised Options: $99,046,529

Current Obligation: $99,046,529

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 36C79119D0007

IDV Type: IDC

Timeline

Start Date: 2022-08-01

Current End Date: 2023-05-07

Potential End Date: 2023-05-07 00:00:00

Last Modified: 2023-06-15

More Contracts from Signature Choice, LLC

View all Signature Choice, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending