VA awards $10.45M for employee transit benefits to Washington Metropolitan Area Transit Authority
Contract Overview
Contract Amount: $10,454,904 ($10.5M)
Contractor: Washington Metropolitan Area Transit Authority
Awarding Agency: Department of Veterans Affairs
Start Date: 2023-04-01
End Date: 2026-12-31
Contract Duration: 1,370 days
Daily Burn Rate: $7.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: EMPLOYEE TRANSIT BENEFITS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20420
Plain-Language Summary
Department of Veterans Affairs obligated $10.5 million to WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY for work described as: EMPLOYEE TRANSIT BENEFITS Key points: 1. Contract awarded on a not-competed basis, raising questions about potential cost savings through competition. 2. The contract duration of 1370 days suggests a long-term need for these services. 3. The firm-fixed-price structure aims to provide cost certainty for the agency. 4. This contract supports employee welfare and potentially reduces individual commuting costs. 5. The geographic focus is on the District of Columbia, aligning with the transit authority's service area.
Value Assessment
Rating: fair
The contract value of $10.45 million over approximately 3.7 years results in an annual spend of roughly $2.8 million. Without comparable contracts for employee transit benefits, a direct value-for-money assessment is challenging. However, the lack of competition suggests that the VA may not have explored potentially lower-cost alternatives or negotiated the most favorable pricing. Benchmarking against similar employee benefit programs across federal agencies would be necessary for a more robust evaluation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required goods or services. The lack of competition means the VA did not benefit from the price discovery and innovation that typically occurs in a competitive bidding process. It is unclear if a justification for this sole-source award was documented.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive pressure, potentially leading to higher costs than if multiple vendors had bid on the contract.
Public Impact
Federal employees working for the Department of Veterans Affairs in the Washington D.C. area benefit from subsidized transit. The contract facilitates access to public transportation, potentially encouraging its use. The geographic impact is concentrated within the District of Columbia, where the transit authority operates. This initiative supports the federal government's broader goals of promoting sustainable transportation and employee well-being.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Absence of a competitive process limits transparency in pricing.
- Potential for vendor lock-in due to sole-source award.
Positive Signals
- Provides a valuable employee benefit, potentially improving morale and retention.
- Supports sustainable transportation initiatives.
- Long-term contract provides stability for service delivery.
Sector Analysis
This contract falls within the 'Other Urban Transit Systems' category, which encompasses services related to public transportation. The market for such services is often dominated by regional transit authorities and specialized transportation providers. The value of this contract is relatively modest within the broader federal spending landscape for transportation and employee benefits. Comparable spending benchmarks would typically involve analyzing other agencies' contracts for similar employee transit subsidies or partnerships with local transit providers.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'ss' and 'sb' being false. The primary contractor is a large transit authority. There is no direct indication of subcontracting opportunities for small businesses within this specific award, though the transit authority may engage small businesses in other capacities.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting and program management offices. As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency is limited by the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Employee Transit Benefit Programs
- Department of Veterans Affairs Employee Services
- Washington Metropolitan Area Transit Authority Services
Risk Flags
- Sole-source award lacks competition
- Potential for uncompetitive pricing
- Limited transparency in cost justification
Tags
employee-benefits, transit, department-of-veterans-affairs, washington-dc, definitive-contract, firm-fixed-price, sole-source, other-urban-transit-systems, not-competed
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $10.5 million to WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY. EMPLOYEE TRANSIT BENEFITS
Who is the contractor on this award?
The obligated recipient is WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY.
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 $10.5 million.
What is the period of performance?
Start: 2023-04-01. End: 2026-12-31.
What is the historical spending pattern for employee transit benefits by the Department of Veterans Affairs?
Analyzing historical spending for employee transit benefits by the Department of Veterans Affairs (VA) is crucial for understanding trends and identifying potential cost efficiencies. While specific historical data for this exact contract is not provided, federal agencies typically have ongoing programs to subsidize employee commuting costs, often through pre-tax benefits or direct subsidies for public transit. The VA, like other large federal employers, likely has a history of providing such benefits. Without access to the VA's detailed procurement history or budget allocations for employee welfare programs, it's difficult to provide precise figures. However, the current award of $10.45 million over approximately 3.7 years suggests an annual expenditure of around $2.8 million for this specific service. This figure should be compared against previous years' spending on similar benefits to discern any increases, decreases, or shifts in program scope. A consistent or increasing spend might indicate a stable or growing need, while a decrease could suggest program adjustments or cost-saving measures. Furthermore, examining past contract awards for transit benefits, even if with different providers or in different geographic locations, can reveal patterns in pricing and service scope.
How does the pricing of this contract compare to similar employee transit benefit contracts across federal agencies?
A direct comparison of the pricing for this $10.45 million contract with the Washington Metropolitan Area Transit Authority (WMATA) for employee transit benefits is challenging without access to a comprehensive database of similar federal contracts. The 'per-unit cost' is not easily definable here as it's a broad service contract rather than a product with a clear unit price. However, we can analyze the annual spend. The contract averages approximately $2.8 million per year. To benchmark this, one would need to identify other federal agencies that provide similar transit subsidies to their employees, particularly in major metropolitan areas with comparable public transit systems. Factors influencing price include the number of eligible employees, the level of subsidy provided (e.g., full fare coverage, partial subsidy), the administrative costs associated with managing the benefit, and the negotiated rates with the transit provider. Given that this contract was sole-sourced, there's a higher likelihood that the pricing may not be as competitive as it could be in a fully open market. A thorough benchmark would involve collecting data on annual per-employee transit benefit costs across various agencies and comparing the VA's expenditure relative to employee numbers and service scope.
What are the potential risks associated with a sole-source award for employee transit benefits?
The primary risk associated with a sole-source award for employee transit benefits is the potential for inflated costs due to the lack of competition. When a contract is not competed, the government loses the opportunity to leverage market forces to achieve the best possible price and terms. The selected vendor, in this case, WMATA, may not have had the incentive to offer the most cost-effective solution. This can lead to taxpayers bearing a higher financial burden than necessary. Another risk is the potential for reduced innovation; without competitive pressure, there may be less motivation for the contractor to explore more efficient service delivery methods or offer enhanced benefits. Furthermore, a sole-source award can sometimes indicate a lack of adequate market research or planning by the agency, raising questions about whether alternative, potentially more cost-effective solutions were overlooked. Finally, there's a risk of vendor lock-in, where the agency becomes dependent on a single provider, making it difficult and potentially costly to switch vendors in the future if performance or pricing becomes unsatisfactory.
What is the track record of the Washington Metropolitan Area Transit Authority (WMATA) as a federal contractor?
The provided data does not offer specific details on WMATA's track record as a federal contractor beyond this single award. However, WMATA is a well-established public transit agency serving the Washington D.C. metropolitan area. Its primary function is providing public transportation services, which aligns with the nature of this contract. As a large, regional entity, WMATA likely has extensive experience in managing complex operations, large workforces, and significant infrastructure. When evaluating its track record as a federal contractor, it would be important to look for past performance information on other government contracts, if any exist. This would include assessing their ability to meet contract requirements, deliver services on time, and manage costs effectively. Given its public service mandate, WMATA's focus is typically on service provision rather than profit maximization, which could be a factor in its pricing and performance. However, without specific contract performance data or reviews, a definitive assessment of its federal contracting track record remains limited to general knowledge of its operational capacity.
What are the implications of the firm-fixed-price contract type for this employee transit benefit?
The use of a Firm-Fixed-Price (FFP) contract type for employee transit benefits signifies that the agreed-upon price is not subject to adjustment based on the contractor's cost experience. This provides the Department of Veterans Affairs (VA) with significant cost certainty. The total liability for the government is established upfront, making budgeting and financial planning more predictable. For WMATA, the FFP structure means they assume the risk of cost overruns. If their operational costs increase beyond what was anticipated when the contract was negotiated, WMATA will absorb those additional expenses. Conversely, if their costs are lower than expected, WMATA benefits from a higher profit margin. This contract type is generally preferred by the government when the scope of work is well-defined and the risks are understood, as is often the case with established services like public transit provision. It incentivizes the contractor to manage its costs efficiently to maximize profit.
Industry Classification
NAICS: Transportation and Warehousing › Urban Transit Systems › Other Urban Transit Systems
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 36C10X23Q0062
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 600 5TH ST NW, WASHINGTON, DC, 20001
Business Categories: U.S. Government Authorities, Category Business, Government, U.S. National Government, Not Designated a Small Business, U.S. Regional/State Government
Financial Breakdown
Contract Ceiling: $13,237,164
Exercised Options: $10,454,904
Current Obligation: $10,454,904
Actual Outlays: $7,753,622
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-04-01
Current End Date: 2026-12-31
Potential End Date: 2026-12-31 00:00:00
Last Modified: 2025-12-22
More Contracts from Washington Metropolitan Area Transit Authority
- FY 2018 Virtual Fare Media and Smartbenefits - Parking — $98.9M (Department of Transportation)
- Washington Metropolitan Area Transit Authority DBA: Wmata — $86.6M (Department of Transportation)
- THE Purpose of This Task Order IS That the Contractor Shall Provide Federal Employees the Means to Obtain Specific Transit Benefits Within the National Capitol Region (NCR) Through the Smart Benefit Program in Accordance With the Statement of Work — $76.7M (Department of Transportation)
- Fare Media — $70.0M (Department of Transportation)
- Exercise Option Year Washington Metropolitan Area Transit Authority DBA: Wmata Dtos59-11-D-00510 — $69.8M (Department of Transportation)
View all Washington Metropolitan Area Transit Authority federal contracts →
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.)