VA awards $937K for Vlogic software room scheduling, highlighting IT service needs
Contract Overview
Contract Amount: $936,838 ($936.8K)
Contractor: Alvarez LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-07-01
End Date: 2026-06-20
Contract Duration: 354 days
Daily Burn Rate: $2.6K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: PUGET SOUND VA MEDICAL CENTER, SEATTLE, WASHINGTON. VLOGIC SOFTWARE ROOM SCHEDULING SERVICES, NASA SEWP TASK ORDER AWARD.
Place of Performance
Location: MCLEAN, FAIRFAX County, VIRGINIA, 22102
State: Virginia Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $936,838.41 to ALVAREZ LLC for work described as: PUGET SOUND VA MEDICAL CENTER, SEATTLE, WASHINGTON. VLOGIC SOFTWARE ROOM SCHEDULING SERVICES, NASA SEWP TASK ORDER AWARD. Key points: 1. The contract addresses a specific IT need for room scheduling within the Puget Sound VA Medical Center. 2. Competition was conducted under 'full and open competition after exclusion of sources,' suggesting a potentially complex procurement process. 3. The award to ALVAREZ LLC indicates a single contractor is responsible for delivering these specialized software services. 4. The contract duration of approximately one year suggests a need for ongoing, but not necessarily long-term, room scheduling support. 5. The fixed-price contract type aims to provide cost certainty for the VA, shifting performance risk to the contractor.
Value Assessment
Rating: fair
Benchmarking the value of this specific Vlogic software room scheduling service is challenging without more granular data on features and user base. However, the award amount of approximately $937,000 for a one-year term appears within a reasonable range for specialized IT services. Comparisons to similar room scheduling software contracts within the federal government would provide better context for assessing value for money. The fixed-price nature of the contract suggests the VA has defined its requirements clearly, but it also means the contractor bears the risk of cost overruns.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded using 'full and open competition after exclusion of sources.' This procurement method implies that while the competition was intended to be open, certain sources were excluded, possibly due to specific requirements or prior relationships. The fact that only one award was made suggests that either ALVAREZ LLC was the sole responsive and responsible bidder, or the exclusion criteria significantly limited the pool of potential offerors. This level of competition may not yield the most competitive pricing.
Taxpayer Impact: While the competition was not entirely unrestricted, the 'full and open' aspect suggests an attempt to solicit offers broadly. However, the exclusion of sources could potentially limit price discovery and may not be the most cost-effective approach for taxpayers if it unnecessarily restricts the bidder pool.
Public Impact
The Puget Sound VA Medical Center in Seattle, Washington, will benefit from improved room scheduling efficiency. This contract delivers essential IT services to support the operational needs of a major healthcare facility. The primary beneficiaries are VA staff and potentially patients who rely on timely access to scheduled rooms for appointments and procedures. The contract supports the IT services sector by engaging a contractor for specialized software solutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition due to exclusion of sources could lead to suboptimal pricing.
- Reliance on a single vendor for critical room scheduling software may pose a risk if the vendor faces issues.
- The fixed-price contract requires careful monitoring to ensure the contractor meets all performance obligations.
Positive Signals
- The contract is awarded to a single vendor, simplifying management and accountability.
- The fixed-price contract provides cost certainty for the Department of Veterans Affairs.
- The use of NASA SEWP task order award indicates adherence to established procurement vehicles.
Sector Analysis
This contract falls within the Information Technology (IT) services sector, specifically focusing on software solutions for administrative and operational support. The federal IT services market is vast, with agencies continually seeking software to improve efficiency and manage resources. Room scheduling software is a niche but critical component of facility management, particularly in complex environments like VA medical centers. Comparable spending benchmarks for similar IT services can vary widely based on scope, features, and contract duration, but this award represents a moderate investment for specialized software.
Small Business Impact
The provided data does not indicate if this contract involved small business set-asides or subcontracting opportunities. The award was made to ALVAREZ LLC, and without further information on the size of this contractor or its subcontracting plans, the direct impact on the small business ecosystem remains unclear. Future analysis could explore if ALVAREZ LLC is a small business itself or if it intends to utilize small business subcontractors.
Oversight & Accountability
Oversight for this contract will likely be managed by the Department of Veterans Affairs' contracting officers and program managers responsible for IT services at the Puget Sound VA Medical Center. The NASA SEWP (Strategic Sourcing for the Acquisition of Various Electronic Services) vehicle itself has oversight mechanisms. Transparency is facilitated through public contract databases. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- VA Electronic Health Record (EHR) Modernization
- Federal IT Infrastructure Modernization Programs
- Healthcare Facility Management Software
- NASA SEWP Contracts
Risk Flags
- Limited competition
- Single award
- Potential vendor lock-in
Tags
it-services, software, room-scheduling, department-of-veterans-affairs, puget-sound-va-medical-center, nasa-sewp, task-order, firm-fixed-price, limited-competition, alvarez-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $936,838.41 to ALVAREZ LLC. PUGET SOUND VA MEDICAL CENTER, SEATTLE, WASHINGTON. VLOGIC SOFTWARE ROOM SCHEDULING SERVICES, NASA SEWP TASK ORDER AWARD.
Who is the contractor on this award?
The obligated recipient is ALVAREZ 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 $936,838.41.
What is the period of performance?
Start: 2025-07-01. End: 2026-06-20.
What is the track record of ALVAREZ LLC in providing similar Vlogic software room scheduling services to the federal government?
Information regarding ALVAREZ LLC's specific track record with Vlogic software room scheduling services for the federal government is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and client feedback for ALVAREZ LLC. This would help determine their experience, reliability, and success in delivering comparable solutions. Without this historical data, it is difficult to definitively assess their capability and suitability for this specific task order beyond the fact that they were selected as the awardee.
How does the pricing of this contract compare to similar room scheduling software solutions procured by other federal agencies?
Direct comparison of this contract's pricing to similar room scheduling software solutions is difficult without access to a broader dataset of federal procurements for comparable services. The award amount of approximately $937,000 for a one-year term provides a benchmark for the Puget Sound VA Medical Center. However, factors such as the specific features of the Vlogic software, the number of users or rooms supported, the level of integration required, and the specific terms of service can significantly influence pricing. A detailed market research report or a comparative analysis of multiple federal contracts for room scheduling software would be necessary to establish a robust benchmark.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential vendor lock-in if the Vlogic software is proprietary and difficult to replace, performance issues if ALVAREZ LLC fails to deliver adequate support, and potential cost overruns if the fixed-price contract does not adequately account for unforeseen complexities. Mitigation strategies typically involve robust contract management, clear performance metrics, regular progress reviews, and contingency planning. The Department of Veterans Affairs would also have recourse through contract clauses for non-performance. The limited competition aspect also presents a risk of suboptimal pricing, which could be mitigated through thorough market research and negotiation.
How effective is the Vlogic software in meeting the room scheduling needs of a large VA medical center?
The effectiveness of the Vlogic software in meeting the room scheduling needs of the Puget Sound VA Medical Center is not explicitly detailed in the award data. The fact that the VA has awarded this contract suggests a perceived need and a belief that Vlogic, or the services provided by ALVAREZ LLC using Vlogic, will address these needs. To assess effectiveness, one would need to examine user feedback, system performance metrics, and the extent to which the software improves efficiency in room utilization and scheduling processes within the medical center. Post-award performance monitoring will be crucial.
What has been the historical spending by the Department of Veterans Affairs on room scheduling software or similar IT services?
Historical spending data for the Department of Veterans Affairs (VA) on room scheduling software or similar IT services is not provided in this specific award notice. However, the VA, as a large healthcare provider, likely invests significantly in various IT solutions to manage its extensive network of medical centers and clinics. This includes systems for patient scheduling, resource management, and facility operations. Analyzing past VA budgets and contract awards for IT services, particularly those related to facility management and operational efficiency, would provide context for this current expenditure. This single award represents a portion of the VA's broader IT investment strategy.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 161 FORT EVANS RD NE STE 335, LEESBURG, VA, 20176
Business Categories: Category Business, HUBZone Firm, 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: $2,526,459
Exercised Options: $936,838
Current Obligation: $936,838
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SD19B
IDV Type: GWAC
Timeline
Start Date: 2025-07-01
Current End Date: 2026-06-20
Potential End Date: 2030-06-30 00:00:00
Last Modified: 2026-04-02
More Contracts from Alvarez LLC
- IRP LAN — $137.1M (Department of Veterans Affairs)
- THE Contractor Shall Provide the Expertise and Skill Sets Required to Manage and Deliver Software, Software Maintenance and Product Support for ALL Vmware Products Listed in Attachment a. This Effort Shall Also Require Providing Support Services to VA in the Overall Operation, Management, Implementation and USE of Vmware Products in an Effective and Cost-Conscious Manner Required by Such a Widely Distributed Enterprise the Size of VA — $75.3M (Department of Veterans Affairs)
- F5-Big-Ltm-I15820-Df — $36.5M (Department of Defense)
- Storage BUY — $32.3M (Securities and Exchange Commission)
- Nasa Sewp Contract Nng07da46b Project Cerberus ESN 2.0 Services — $32.3M (Department of Energy)
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.)