VA awards $15.7M contract for claims processing to Signature Choice II, LLC

Contract Overview

Contract Amount: $15,719,987 ($15.7M)

Contractor: Signature Choice II, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-05-08

End Date: 2026-05-07

Contract Duration: 364 days

Daily Burn Rate: $43.2K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: VA CLAIMS PROCESSING AND CUSTOMER SERVICE

Place of Performance

Location: WOODBRIDGE, PRINCE WILLIAM County, VIRGINIA, 22193

State: Virginia Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $15.7 million to SIGNATURE CHOICE II, LLC for work described as: VA CLAIMS PROCESSING AND CUSTOMER SERVICE Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. The contract duration of 364 days suggests a focus on immediate operational needs. 3. Fixed-price contract type offers cost certainty but may limit contractor incentive for efficiency. 4. Awarded by the Department of Veterans Affairs, indicating a focus on veteran services. 5. The contract's value is moderate within the context of large federal IT and administrative services. 6. No small business set-aside was utilized, potentially impacting small business participation.

Value Assessment

Rating: fair

The contract value of $15.7 million for a one-year period for claims processing and customer service appears within a reasonable range for specialized administrative support. However, without direct comparable contracts for identical services or detailed performance metrics, a precise value-for-money assessment is challenging. The firm fixed-price structure provides budget predictability for the VA. Benchmarking against similar third-party administration contracts would be necessary for a more robust evaluation of pricing and value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach is typically used when only one responsible source is available or authorized by statute. The lack of competition means the VA did not benefit from a bidding process that could drive down prices or encourage innovative solutions from multiple vendors. The rationale for this sole-source award would need to be examined to understand why full and open competition was not pursued.

Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not leverage competitive pressures to secure the best possible pricing and terms.

Public Impact

Veterans will benefit from continued efficient processing of their claims and access to customer service. The contract supports the operational backbone of the Department of Veterans Affairs' healthcare and benefits administration. Services are likely to be delivered nationwide, impacting all VA beneficiaries. The contract supports administrative and customer service roles, potentially impacting a specialized workforce within the contractor's organization.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the administrative and IT services sector, specifically focusing on third-party administration of insurance and pension funds, which is crucial for government agencies managing large benefit programs. The market for such services is competitive, with many firms offering claims processing, customer support, and benefits management. However, specific government contracts, especially those tied to unique agency needs or requiring specialized clearances, can sometimes be sole-sourced. The VA's spending in this area is significant, reflecting the complexity of managing benefits for millions of veterans.

Small Business Impact

The contract data indicates that this award was not a small business set-aside, nor does it explicitly mention subcontracting goals for small businesses. This suggests that the primary contractor, Signature Choice II, LLC, is likely not a small business, or if it is, the contract was not specifically designated for small business participation. The absence of set-aside provisions means that opportunities for small businesses to directly participate in this contract are limited unless they are part of the prime contractor's supply chain or are awarded subcontracts independently.

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 accountability by fixing the cost. Transparency regarding the sole-source justification and performance outcomes would be key areas for oversight. Inspector General involvement would typically occur if specific concerns regarding fraud, waste, or abuse arise during the contract's performance.

Related Government Programs

Risk Flags

Tags

veterans-affairs, claims-processing, customer-service, sole-source, firm-fixed-price, administrative-services, third-party-administration, information-technology, virginia, delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $15.7 million to SIGNATURE CHOICE II, LLC. VA CLAIMS PROCESSING AND CUSTOMER SERVICE

Who is the contractor on this award?

The obligated recipient is SIGNATURE CHOICE II, 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 $15.7 million.

What is the period of performance?

Start: 2025-05-08. End: 2026-05-07.

What is the track record of Signature Choice II, LLC in performing similar federal contracts?

Information regarding the specific track record of Signature Choice II, LLC in performing similar federal contracts is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government awards. Understanding their experience with VA systems or similar large-scale claims processing operations would be crucial for evaluating their capability to fulfill this contract effectively. Without this historical data, it is difficult to gauge their reliability and expertise in this specific domain.

How does the awarded amount compare to similar VA claims processing contracts?

The awarded amount of $15.7 million for a one-year contract for VA claims processing and customer service needs to be benchmarked against comparable contracts. Without access to a database of similar VA procurements, it's challenging to make a direct comparison. However, the value suggests a significant operational scope. Factors such as the volume of claims, complexity of cases, and specific services required (e.g., call center operations, adjudication) would influence the cost. A detailed comparison would involve analyzing contract values, durations, and service scopes of other third-party administrators or internal VA operations handling similar workloads.

What are the primary risks associated with this sole-source contract?

The primary risks associated with this sole-source contract stem from the lack of competition. This can lead to inflated pricing, as there is no market pressure to offer the most competitive rates. It also reduces the incentive for the contractor to innovate or improve efficiency beyond contractual minimums, as they face no threat of losing the contract to a competitor. Furthermore, sole-source awards can raise concerns about transparency and fairness in the procurement process. The VA may also be exposed to risks if the selected contractor lacks the necessary expertise or resources, as vetting alternatives was not part of the process.

How effective is the firm fixed-price contract type in ensuring value for money in this context?

The firm fixed-price (FFP) contract type aims to provide cost certainty for the government by establishing a ceiling price. For services like claims processing, where the scope of work is relatively well-defined, FFP can be effective in managing budgets. However, it places the risk of cost overruns on the contractor. While this can incentivize efficiency, it might also lead contractors to build in higher contingencies, potentially increasing the base price. The effectiveness in ensuring value for money depends on the accuracy of the initial price negotiation and the contractor's ability to manage costs within that fixed price without compromising service quality.

What is the historical spending pattern for VA claims processing and customer service contracts?

Historical spending patterns for VA claims processing and customer service contracts would reveal trends in contract values, durations, and the prevalence of sole-source versus competitive awards. Analyzing this data over several fiscal years would indicate whether spending in this area is increasing or decreasing, and whether the VA relies heavily on specific contractors or procurement methods. Understanding these patterns is crucial for assessing the long-term financial commitment and strategic sourcing decisions related to these essential services.

What are the potential implications of this contract on the VA's overall IT infrastructure and data security?

While the provided data categorizes this contract under 'Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds,' it inherently involves IT systems for claims processing and customer service. The implications for the VA's IT infrastructure and data security are significant. The contractor must adhere to strict data security protocols and VA IT standards to protect sensitive veteran information. Any integration with existing VA systems needs to be seamless and secure. Risks include potential data breaches, system vulnerabilities, and ensuring compliance with regulations like HIPAA and FISMA, requiring robust oversight of the contractor's IT practices.

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: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

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: $276,257,574

Exercised Options: $187,932,985

Current Obligation: $15,719,987

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 36C10G24D0051

IDV Type: IDC

Timeline

Start Date: 2025-05-08

Current End Date: 2026-05-07

Potential End Date: 2026-11-07 00:00:00

Last Modified: 2026-04-06

More Contracts from Signature Choice II, LLC

View all Signature Choice II, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending