VA Awards $854K for Dialysis Design Upgrades to Above Group Inc. via MATOC
Contract Overview
Contract Amount: $85,424 ($85.4K)
Contractor: Above Group Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-04-16
End Date: 2026-08-31
Contract Duration: 502 days
Daily Burn Rate: $170/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: TASK ORDER USING THE VISN 8 AE MATOC FOR CENTRAL REVERSE OSMOSIS FOR DIALYSIS DESIGN SERVICE UPGRADES.
Place of Performance
Location: BAY PINES, PINELLAS County, FLORIDA, 33744
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $85,424.15 to ABOVE GROUP INC. for work described as: TASK ORDER USING THE VISN 8 AE MATOC FOR CENTRAL REVERSE OSMOSIS FOR DIALYSIS DESIGN SERVICE UPGRADES. Key points: 1. Contract awarded for essential dialysis facility upgrades. 2. Above Group Inc. secured the task order. 3. Competition method appears robust, but details are limited. 4. Engineering services sector sees continued VA investment.
Value Assessment
Rating: fair
The contract value of $854,241.50 for engineering services is within a reasonable range for specialized design work. Benchmarking against similar VA MATOC task orders for design services would provide a clearer picture of cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition approach. While this can expedite the process, it may not always yield the lowest possible price compared to unrestricted full and open competition.
Taxpayer Impact: Taxpayer funds are being used for critical healthcare infrastructure upgrades. The chosen competition method impacts the potential for maximum cost savings.
Public Impact
Enhances critical dialysis services for veterans. Supports modernization of healthcare facilities. Ensures compliance with healthcare infrastructure standards.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition may impact price optimization.
- MATOC structure requires careful monitoring of individual task orders.
Positive Signals
- Addresses a critical healthcare need.
- Utilizes an existing contract vehicle (MATOC) for efficiency.
Sector Analysis
This task order falls within the Engineering Services sector, specifically related to healthcare facility design. Spending in this area is driven by the need to maintain and upgrade aging medical infrastructure to meet current standards and patient demands.
Small Business Impact
The data does not indicate if small businesses were involved in this specific task order, either as prime contractors or subcontractors. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The use of a MATOC (Multiple Award Task Order Contract) suggests a pre-established oversight framework. However, the specific oversight for this task order, including performance monitoring and quality assurance, needs to be detailed.
Related Government Programs
- Engineering Services
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Limited competition may reduce price competitiveness.
- Potential for scope creep in design services.
- Reliance on existing MATOC structure requires diligent task order management.
- Ensuring long-term maintainability of the designed systems.
Tags
engineering-services, department-of-veterans-affairs, fl, delivery-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $85,424.15 to ABOVE GROUP INC.. TASK ORDER USING THE VISN 8 AE MATOC FOR CENTRAL REVERSE OSMOSIS FOR DIALYSIS DESIGN SERVICE UPGRADES.
Who is the contractor on this award?
The obligated recipient is ABOVE GROUP INC..
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 $85,424.15.
What is the period of performance?
Start: 2025-04-16. End: 2026-08-31.
What is the specific scope of 'Central Reverse Osmosis for Dialysis Design Service Upgrades' and how does it align with the VA's long-term infrastructure goals?
The task order focuses on the design services for upgrading the central reverse osmosis systems essential for dialysis treatments. This directly supports the VA's goal of providing safe and effective dialysis care by ensuring the water purification systems meet modern standards and operational requirements, thereby maintaining the quality and reliability of these critical medical services.
How does the 'limited competition' approach impact the risk of cost overruns or suboptimal technical solutions for this engineering service contract?
A limited competition approach, while potentially faster, carries a higher risk of cost overruns and suboptimal solutions compared to full and open competition. It restricts the pool of potential offerors, potentially excluding highly competitive firms that could offer better pricing or innovative technical approaches. This necessitates robust negotiation and oversight by the VA to mitigate these risks.
What is the expected effectiveness of these design upgrades in improving the efficiency and reliability of dialysis services for veterans?
The effectiveness is expected to be high, as upgraded reverse osmosis systems are crucial for the safety and efficacy of dialysis. Modernized systems typically offer improved reliability, reduced maintenance downtime, and better water quality, directly contributing to a more consistent and higher standard of care for veteran patients undergoing dialysis treatments.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Architectural, Engineering, and Related Services › Engineering Services
Product/Service Code: ARCHITECT/ENGINEER SERVICES › ARCH-ENG SVCS - CONSTRUCTION
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 305 EAST DR, MELBOURNE, FL, 32904
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $117,132
Exercised Options: $85,424
Current Obligation: $85,424
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C24824D0014
IDV Type: IDC
Timeline
Start Date: 2025-04-16
Current End Date: 2026-08-31
Potential End Date: 2027-09-30 00:00:00
Last Modified: 2026-04-06
More Contracts from Above Group Inc.
- A-E Design and Construction Period Services for Project Number 657-507, Correct Seismic Deficiencies, Building 14, Vamc Marion, Illinois — $2.1M (Department of Veterans Affairs)
- 516-CSI-134 AE PET CT — $485.1K (Department of Veterans Affairs)
- Cancer Center Upgrade — $454.8K (Department of Veterans Affairs)
- 402-24-111 AE Boiler Plant Controls Upgrade — $320.1K (Department of Veterans Affairs)
- THE Comtractor IS to Provide an Independent Third-Party Fire Protection and Life Safety Code Review for Minor Project #589-021 AT the Kansas City Vamc, AS Required by VHA Directive 7712 Fire Protection Code Reviews of Delegated Construction Projects — $7.8K (Department of Veterans Affairs)
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.)