VA awards $1.68M for Medical Technician Services to Prime Physicians Tri-Providers LLC, emphasizing full and open competition
Contract Overview
Contract Amount: $1,684,717 ($1.7M)
Contractor: Prime Physicians TRI Providers LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-04-12
End Date: 2027-04-11
Contract Duration: 729 days
Daily Burn Rate: $2.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 6
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: MEDICAL TECHNICIAN SERVICES
Place of Performance
Location: CHEYENNE, LARAMIE County, WYOMING, 82001
State: Wyoming Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $1.7 million to PRIME PHYSICIANS TRI PROVIDERS LLC for work described as: MEDICAL TECHNICIAN SERVICES Key points: 1. Contract awarded through full and open competition, suggesting a competitive bidding process. 2. The contract duration of 729 days indicates a medium-term need for services. 3. The firm-fixed-price structure aims to control costs and provide predictability. 4. Awarded by the Department of Veterans Affairs, aligning with healthcare support for veterans. 5. The North American Industry Classification System (NAICS) code 561320 points to temporary help services. 6. The contract is a delivery order, suggesting it's part of a larger indefinite-delivery contract.
Value Assessment
Rating: good
The contract value of $1.68 million for medical technician services over approximately two years appears reasonable given the scope. Without specific details on the number of technicians or hours, a direct per-unit cost comparison is difficult. However, the firm-fixed-price nature suggests the contractor bears the risk of cost overruns, which can be a positive indicator for value. Benchmarking against similar temporary medical staffing contracts would provide a more precise assessment of value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'full and open competition after exclusion of sources,' indicating that all responsible sources were permitted to submit a bid. The presence of 6 bidders suggests a healthy level of competition for this requirement. A competitive process generally leads to better price discovery and potentially more favorable terms for the government.
Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers as it likely resulted in a more cost-effective solution compared to a sole-source or limited competition scenario.
Public Impact
Veterans will benefit from the provision of essential medical technician services. The services delivered will support the operational capacity of the Department of Veterans Affairs healthcare facilities. The contract has a geographic impact in Wyoming (WY), where the services will be rendered. This contract will likely support a workforce of medical technicians, providing employment opportunities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service quality variability inherent in temporary staffing models.
- Ensuring consistent adherence to VA protocols and standards by temporary staff requires diligent oversight.
Positive Signals
- Awarded through full and open competition, indicating a robust bidding process.
- Firm-fixed-price contract type helps manage cost certainty for the government.
- The Department of Veterans Affairs is a mission-critical agency, ensuring the importance of these services.
Sector Analysis
The healthcare staffing sector, particularly temporary help services, is a significant market driven by the need for flexible workforce solutions in medical facilities. The Department of Veterans Affairs is a major procurer of healthcare services. This contract fits within the broader category of professional and administrative support services, with specific application in the medical field. Comparable spending benchmarks for medical technician staffing can vary widely based on location, skill level, and duration.
Small Business Impact
The data indicates this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small business subcontractors. Further analysis would be needed to determine if small businesses could have competed effectively or if subcontracting opportunities exist.
Oversight & Accountability
Oversight will likely be managed by the contracting officer and the program office within the Department of Veterans Affairs. Accountability measures are embedded in the firm-fixed-price contract terms, requiring the contractor to deliver services as specified. Transparency is generally maintained through federal procurement databases, though specific performance metrics and oversight reports may not be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Medical Staffing Services
- Temporary Healthcare Personnel
- Veterans Affairs Medical Support Contracts
- Healthcare Professional Services
Risk Flags
- Potential for service quality variability
- Reliance on temporary staffing may impact institutional knowledge
- Ensuring consistent compliance with VA protocols by temporary staff
Tags
healthcare, medical-technician-services, department-of-veterans-affairs, wyoming, firm-fixed-price, delivery-order, full-and-open-competition, temporary-help-services, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $1.7 million to PRIME PHYSICIANS TRI PROVIDERS LLC. MEDICAL TECHNICIAN SERVICES
Who is the contractor on this award?
The obligated recipient is PRIME PHYSICIANS TRI PROVIDERS 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 $1.7 million.
What is the period of performance?
Start: 2025-04-12. End: 2027-04-11.
What is the typical track record of Prime Physicians Tri-Providers LLC with federal contracts, particularly with the VA?
A review of federal procurement data would be necessary to fully assess Prime Physicians Tri-Providers LLC's track record. This would involve examining past contract awards, performance evaluations (if available), and any history of contract disputes or terminations. Understanding their experience with similar medical technician services and their performance history with the Department of Veterans Affairs specifically is crucial for evaluating their reliability and capability to fulfill this current contract effectively. Without access to detailed performance data, it's challenging to provide a definitive assessment of their track record.
How does the awarded price compare to market rates for similar medical technician services in Wyoming?
To benchmark the awarded price of $1.68 million against market rates, one would need to gather data on the average salaries, benefits, and overhead costs for medical technicians in Wyoming. This would involve consulting industry salary surveys, analyzing rates charged by other staffing agencies in the region, and considering the specific qualifications and experience levels required by the VA contract. The firm-fixed-price nature of the contract suggests the contractor has factored these costs into their bid. A detailed comparison would require specific data on the number of hours, technician roles, and skill sets covered by the contract.
What are the primary risks associated with this contract and how are they being mitigated?
Key risks for this contract include potential difficulties in recruiting and retaining qualified medical technicians, ensuring consistent service quality, and managing potential cost overruns if the fixed-price contract is not well-defined. Mitigation strategies likely involve the VA's robust vetting process for contractors, clear performance standards outlined in the contract, and ongoing monitoring by the contracting officer's representative. The firm-fixed-price structure places the financial risk of cost overruns on the contractor, incentivizing efficient service delivery. However, the risk of service disruption due to staffing shortages remains a concern that requires proactive management by the awardee.
How effective is the VA in leveraging competition for temporary medical staffing services?
The VA generally aims to leverage competition for its staffing needs, utilizing mechanisms like full and open competition, as seen in this award. The presence of 6 bidders indicates a competitive market for these services. The effectiveness of this competition can be measured by the number of bids received, the variance in pricing among bidders, and whether the final award represents a demonstrably good value for the government. While this specific award shows healthy competition, the VA's overall effectiveness can be assessed by analyzing trends in competition levels across its various medical staffing procurements and the resulting price trends.
What has been the historical spending pattern for medical technician services by the Department of Veterans Affairs?
Analyzing the Department of Veterans Affairs' historical spending on medical technician services would reveal trends in demand, pricing, and contractor landscape. This would involve examining procurement data over several fiscal years to identify the total amount spent, the average contract values, the number of contracts awarded, and the primary contractors. Understanding these patterns can help assess whether spending has been increasing or decreasing, whether prices have remained stable or fluctuated, and if there's a reliance on a few key providers or a diverse range of suppliers. Such analysis provides context for the current $1.68 million award.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Employment Services › Temporary Help Services
Product/Service Code: MEDICAL SERVICES › SPECIALIZED TECHNICAL/ MEDICAL SUPPORT
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 6
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 330 DAKOTA DUNES BLVD STE 400, NORTH SIOUX CITY, SD, 57049
Business Categories: Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, 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: $1,684,717
Exercised Options: $1,684,717
Current Obligation: $1,684,717
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C10X24D0010
IDV Type: IDC
Timeline
Start Date: 2025-04-12
Current End Date: 2027-04-11
Potential End Date: 2027-04-12 00:00:00
Last Modified: 2026-04-08
More Contracts from Prime Physicians TRI Providers LLC
- Family Physician NON Personal Healthcare Services AT the Zuni Service Unit — $3.3M (Department of Health and Human Services)
- Emergency Department Services, Rosebud Hospital — $2.9M (Department of Health and Human Services)
- Healthcare Providers — $2.2M (Department of Health and Human Services)
- Pharmacy Technician NON Personal Healthcare Services AT the Taos Picuris Service Unit — $438.8K (Department of Health and Human Services)
- Haskell Pediatrician — $76.9K (Department of Health and Human Services)
View all Prime Physicians TRI Providers LLC 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.)