VA awards $3.18M for medical technologist services to EGA ASSOCIATES, LLC under firm-fixed-price contract

Contract Overview

Contract Amount: $3,180,798 ($3.2M)

Contractor: EGA Associates, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2022-09-30

End Date: 2025-09-29

Contract Duration: 1,095 days

Daily Burn Rate: $2.9K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: 5.0 MEDICAL TECHNOLOGIST SERVICES

Place of Performance

Location: WEST ROXBURY, SUFFOLK County, MASSACHUSETTS, 02132

State: Massachusetts Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $3.2 million to EGA ASSOCIATES, LLC for work described as: 5.0 MEDICAL TECHNOLOGIST SERVICES Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 1095 days (3 years) indicates a medium-term need for services. 3. Firm-fixed-price contract type helps manage cost certainty for the government. 4. The award is a delivery order under a larger contract vehicle. 5. The North American Industry Classification System (NAICS) code 561320 points to temporary help services. 6. The contract is managed by the Department of Veterans Affairs. 7. The small business set-aside flag is false, indicating it was not specifically reserved for small businesses.

Value Assessment

Rating: fair

The total award amount of $3.18 million for medical technologist services over three years appears to be within a reasonable range for such specialized temporary staffing. Benchmarking against similar contracts for medical technologists would provide a clearer picture of value for money. The firm-fixed-price structure offers cost predictability, but the absence of detailed performance metrics or unit cost breakdowns in the provided data makes a definitive value assessment challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. The data does not specify the number of bidders, but this method generally fosters a competitive environment, which can lead to better pricing and service offerings for the government. The use of a delivery order suggests this is one of potentially many orders placed against a master contract.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive pricing and innovative solutions, thereby optimizing the use of public funds.

Public Impact

Veterans will benefit from the continuity of medical technologist services, ensuring timely and accurate diagnostic support. Essential laboratory and diagnostic services will be delivered, supporting the overall healthcare mission of the VA. The services are likely to be delivered at a VA facility within Massachusetts, based on the state code. The contract supports the healthcare workforce by providing temporary staffing solutions.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare sector, particularly within government agencies like the VA, frequently utilizes temporary staffing services to meet fluctuating demands for specialized medical personnel. This contract for medical technologist services falls under the broader temporary help services industry (NAICS 561320). The market for healthcare staffing is competitive, with numerous providers vying for government contracts. The VA's spending in this area is significant, reflecting the ongoing need for skilled professionals to support patient care.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). This means that both large and small businesses were eligible to compete. While there's no direct subcontracting requirement specified here, the prime contractor, EGA ASSOCIATES, LLC, could potentially engage small businesses for subcontracting opportunities, though this is not explicitly mandated by the contract details provided.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the program office within the Department of Veterans Affairs. As a delivery order under a larger contract vehicle, there may be established oversight mechanisms for the parent contract. Transparency is facilitated through contract databases like FPDS, where award details are recorded. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to the contract were suspected.

Related Government Programs

Risk Flags

Tags

healthcare, department-of-veterans-affairs, massachusetts, temporary-help-services, firm-fixed-price, full-and-open-competition, delivery-order, medical-technologist, non-small-business, professional-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $3.2 million to EGA ASSOCIATES, LLC. 5.0 MEDICAL TECHNOLOGIST SERVICES

Who is the contractor on this award?

The obligated recipient is EGA ASSOCIATES, 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 $3.2 million.

What is the period of performance?

Start: 2022-09-30. End: 2025-09-29.

What is the track record of EGA ASSOCIATES, LLC in performing similar government contracts?

To assess EGA ASSOCIATES, LLC's track record, a review of their past performance on federal contracts would be necessary. This would involve examining contract databases for previous awards, their values, durations, and any associated performance evaluations or past performance questionnaires. Understanding their history with the Department of Veterans Affairs or other healthcare-related agencies would be particularly relevant. A lack of significant past performance or a history of performance issues could indicate a higher risk for this current contract. Conversely, a strong history of successful contract completion would suggest a lower risk and a higher likelihood of satisfactory service delivery.

How does the awarded amount compare to market rates for medical technologist services?

A precise comparison of the awarded amount ($3.18 million over 3 years) to market rates for medical technologist services requires detailed data on the specific qualifications, experience levels, and geographic location of the technologists to be provided. General market data suggests that hourly rates for medical technologists can range significantly, often between $30-$60 per hour, depending on these factors. If this contract primarily covers direct labor costs, the implied hourly rate would need to be calculated based on estimated hours worked. Without knowing the number of technologists, their hours, and specific skill sets, a definitive benchmark is difficult. However, the firm-fixed-price nature suggests the VA has negotiated a set rate, implying some level of market awareness during the bidding process.

What are the primary risks associated with this contract?

Key risks for this contract include potential service quality issues if the contractor fails to provide adequately skilled or experienced medical technologists, leading to diagnostic errors or delays. There's also a risk of contractor performance decline over the contract term, especially if incentives for quality are weak. Staff turnover at the contractor level could impact service continuity and require frequent onboarding. Furthermore, if the firm-fixed-price was set too low, the contractor might cut corners on staffing or resources. Finally, reliance on temporary staff can sometimes lead to integration challenges within the VA's existing healthcare teams.

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

The firm-fixed-price (FFP) contract type is generally effective in controlling costs for the government, as the price is set upfront and does not typically increase due to contractor cost overruns. This provides budget certainty for the VA. For services like medical technologist staffing, FFP can incentivize the contractor to be efficient. However, its effectiveness in ensuring *value* for money depends heavily on the initial price negotiation and the clarity of performance expectations. If the FFP is too low, it might compromise quality; if too high, the government overpays. Robust performance monitoring is still crucial to ensure the contractor meets quality standards despite the fixed price.

What is the historical spending pattern for medical technologist services by the Department of Veterans Affairs?

Historical spending data for medical technologist services by the VA would reveal trends in demand, pricing, and contractor choices over time. Analyzing past contracts (e.g., over the last 5-10 years) would show whether spending has increased, decreased, or remained stable. It would also indicate if the VA frequently uses full and open competition or relies on other methods, and which contractors have been awarded significant portions of this business. Understanding these patterns helps contextualize the current $3.18 million award, assessing if it aligns with historical investment levels or represents a significant shift in procurement strategy or service needs.

What are the implications of this contract being a delivery order?

This contract being a 'delivery order' signifies that it is a task or order placed against a pre-existing indefinite-delivery, indefinite-quantity (IDIQ) or similar type of multiple-award contract. This approach allows agencies to procure goods or services efficiently from a pool of pre-vetted contractors. For the VA, it means they likely established a broader contract vehicle for temporary medical staffing services, and this specific order represents a defined need for medical technologists in Massachusetts. The implications include potentially faster procurement cycles compared to starting a new competition from scratch, and the existence of established terms and conditions from the parent contract.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesEmployment ServicesTemporary Help Services

Product/Service Code: MEDICAL SERVICESOTHER MEDICAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: EGA Associates LLC

Address: 3445 VAUX ST STE 200, PHILADELPHIA, PA, 19129

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

Financial Breakdown

Contract Ceiling: $3,180,798

Exercised Options: $3,180,798

Current Obligation: $3,180,798

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79719D0122

IDV Type: FSS

Timeline

Start Date: 2022-09-30

Current End Date: 2025-09-29

Potential End Date: 2026-03-30 00:00:00

Last Modified: 2026-01-30

More Contracts from EGA Associates, LLC

View all EGA Associates, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending