VA awards $4.8M contract to Signature Choice II, LLC for claims processing and customer service

Contract Overview

Contract Amount: $4,841,367 ($4.8M)

Contractor: Signature Choice II, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-09-30

End Date: 2026-09-29

Contract Duration: 364 days

Daily Burn Rate: $13.3K/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 $4.8 million to SIGNATURE CHOICE II, LLC for work described as: VA CLAIMS PROCESSING AND CUSTOMER SERVICE Key points: 1. Contract focuses on essential claims processing and customer service functions for the VA. 2. The award was made on a 'not available for competition' basis, raising questions about market research. 3. A firm-fixed-price contract type suggests predictable costs, but the lack of competition may inflate the price. 4. The contract duration of 364 days indicates a short-term need or a bridge to a future, larger procurement. 5. Performance is expected to be in Virginia, potentially impacting local workforce and service delivery. 6. The specific nature of 'Pharmacy Benefit Management and Other Third Party Administration' warrants further scrutiny for efficiency.

Value Assessment

Rating: questionable

Benchmarking the value of this $4.8 million contract is challenging without comparable sole-source awards for similar services. The firm-fixed-price structure is generally favorable for cost control, but the absence of competition means there's no direct market pressure to ensure optimal pricing. Without a competitive bidding process, it's difficult to ascertain if the selected vendor, Signature Choice II, LLC, is providing services at a rate aligned with industry standards or if the government is paying a premium.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded under a 'not available for competition' justification, indicating that a full and open competition was not pursued. The specific reasons for this sole-source award are not detailed in the provided data, but it implies that the agency identified only one responsible source capable of meeting the requirement. The lack of multiple bidders means there was no opportunity for price discovery through a competitive process, potentially leading to higher costs for the government.

Taxpayer Impact: Taxpayers may be paying more than necessary due to the absence of competitive bidding. A sole-source award bypasses the market's natural price-setting mechanisms, potentially resulting in a less cost-effective outcome.

Public Impact

Veterans will benefit from continued claims processing and customer service operations. Essential administrative functions supporting healthcare and benefits delivery will be maintained. The contract's performance location in Virginia may create or sustain local employment opportunities. Ensures continuity of service for beneficiaries relying on VA's administrative support systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The federal IT and administrative services sector is highly competitive, with numerous firms capable of providing claims processing and customer service solutions. Contracts in this space range from small, specialized awards to massive enterprise-wide systems. The Department of Veterans Affairs, in particular, spends billions annually on IT and support services. This contract, though relatively small at $4.8 million, falls within the broader category of third-party administration and insurance support services, a segment that often sees significant government outsourcing.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false) and does not explicitly mention subcontracting goals (sb: false). As a sole-source award, the opportunities for small business participation are likely limited unless Signature Choice II, LLC voluntarily includes them in its subcontracting plan. Without a competitive solicitation, there's no mechanism to ensure or encourage small business involvement, potentially diminishing the contract's positive impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract will primarily reside with the Department of Veterans Affairs contracting officers and program managers. As a sole-source award, there is a heightened need for diligent oversight to ensure the contractor is meeting all performance requirements and that the pricing remains fair and reasonable throughout the contract period. Transparency is limited due to the non-competitive nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

Risk Flags

Tags

veterans-affairs, claims-processing, customer-service, sole-source, firm-fixed-price, administrative-support, pharmacy-benefit-management, third-party-administration, virginia, small-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $4.8 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 $4.8 million.

What is the period of performance?

Start: 2025-09-30. End: 2026-09-29.

What specific justification was provided for awarding this contract on a sole-source basis, and was adequate market research conducted to confirm no other vendors could meet the requirement?

The provided data states the contract was 'NOT AVAILABLE FOR COMPETITION,' which is a common indicator for sole-source awards. Federal Acquisition Regulation (FAR) Part 6 outlines the policies for competitive contracting, and FAR Part 13.5 or Part 12 may allow for sole-source procurements under specific circumstances, such as when only one responsible source exists or for urgent and compelling reasons. A thorough review of the agency's justification and approval (J&A) document would be necessary to understand the specific rationale. Adequate market research is a prerequisite for sole-source justifications, aiming to confirm the uniqueness of the required capability or the lack of viable alternatives. Without access to the J&A, it's impossible to definitively assess the adequacy of the market research or the validity of the sole-source justification, raising potential concerns about value for money and adherence to competitive principles.

How does the pricing structure and estimated cost of $4.8 million compare to similar VA contracts for claims processing and customer service, particularly those awarded competitively?

Direct comparison of this $4.8 million contract's pricing is difficult without access to specific line-item costs and performance metrics, especially given its sole-source nature. However, the Department of Veterans Affairs (VA) procures a wide range of IT and administrative support services. Competitive contracts for similar functions, such as claims processing, customer support centers, or pharmacy benefit management, often provide benchmarks. If comparable competitive awards exist, analyzing their per-unit costs (e.g., cost per claim processed, cost per customer interaction) and overall value would reveal potential discrepancies. A firm-fixed-price contract aims for predictability, but without competition, the baseline 'fair and reasonable' price is harder to establish. The VA's historical spending data and contract award databases could offer insights into typical pricing ranges for these services when procured competitively.

What are the key performance indicators (KPIs) for this contract, and what mechanisms are in place to monitor Signature Choice II, LLC's performance and ensure service quality?

The provided data does not specify the Key Performance Indicators (KPIs) for this contract. However, for claims processing and customer service contracts within the VA, typical KPIs often include metrics such as claims processing timeliness (e.g., average time to process a claim), accuracy rates (e.g., percentage of claims processed without errors), customer satisfaction scores (e.g., through surveys or feedback mechanisms), call handling times, and first-call resolution rates. The contract likely includes a Performance Work Statement (PWS) that details these requirements and the associated metrics. Oversight mechanisms would typically involve regular performance reviews between the VA contracting officer's representative (COR) and the contractor, performance reports submitted by the contractor, and potentially site visits or audits. Failure to meet KPIs could result in contractual remedies, such as price reductions or termination.

What is the track record of Signature Choice II, LLC in performing similar government contracts, particularly with the Department of Veterans Affairs?

Information regarding the specific track record of Signature Choice II, LLC in performing government contracts, especially with the Department of Veterans Affairs, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), previous contract awards, and any documented issues or successes. Given this is a sole-source award, the agency presumably has some basis for believing Signature Choice II, LLC can perform the required services. However, without public access to their performance history on similar contracts, it is difficult to independently verify their capabilities and reliability. Investigating their history with federal agencies, particularly for claims processing or third-party administration, would be crucial for a complete risk assessment.

What is the historical spending pattern for claims processing and customer service within the VA, and how does this $4.8 million award fit into that context?

The Department of Veterans Affairs (VA) manages a vast array of programs and services, including extensive claims processing and customer service operations critical to supporting veterans. Historical spending in these areas is substantial, often running into billions of dollars annually, encompassing various contracts for IT systems, administrative support, call centers, and specialized processing functions. This $4.8 million award represents a specific, relatively short-term procurement for these services. It could be a standalone requirement, a bridge contract to a larger future procurement, or a component of a broader service delivery strategy. Understanding the VA's overall budget allocation for claims processing and customer service, and how this contract aligns with those broader objectives and historical spending trends, provides context for its significance and potential impact.

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: $4,841,367

Exercised Options: $4,841,367

Current Obligation: $4,841,367

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 36C10G24D0051

IDV Type: IDC

Timeline

Start Date: 2025-09-30

Current End Date: 2026-09-29

Potential End Date: 2026-09-29 00:00:00

Last Modified: 2026-04-08

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