VA awards $2M+ for medical support staffing, with Citadel Federal Solutions to provide services through late 2026

Contract Overview

Contract Amount: $2,011,676 ($2.0M)

Contractor: Citadel Federal Solutions LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-12-01

End Date: 2026-11-30

Contract Duration: 364 days

Daily Burn Rate: $5.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: MEDICAL SUPPORT ASSISTANT STAFFING - EXERCISE OPTION YEAR 2

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92161

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $2.0 million to CITADEL FEDERAL SOLUTIONS LLC for work described as: MEDICAL SUPPORT ASSISTANT STAFFING - EXERCISE OPTION YEAR 2 Key points: 1. Contract value appears reasonable for the duration and scope of medical support staffing. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract is a firm-fixed-price type, which shifts cost risk to the contractor. 4. Performance is in California, a key area for VA healthcare services. 5. The contract is an option year exercise, indicating prior successful performance. 6. The North American Industry Classification System (NAICS) code 561320 points to temporary help services.

Value Assessment

Rating: good

The contract value of approximately $2 million over two years for medical support staffing is within a reasonable range for similar services. Benchmarking against other VA contracts for temporary medical staffing suggests this pricing is competitive. The firm-fixed-price structure further supports value by capping costs for the government. The contract's option year exercise implies that the initial performance met expectations, contributing to the assessment of good value.

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,' which is a specific type of full and open competition. While the exact number of bidders is not provided, the designation implies that all responsible sources were permitted to submit offers. This competitive approach is generally expected to yield fair market pricing and a selection of qualified contractors.

Taxpayer Impact: The use of full and open competition is beneficial for taxpayers as it encourages multiple companies to bid, driving down prices and ensuring the government receives the best value for its investment.

Public Impact

Veterans in California will benefit from continued access to essential medical support services. The contract ensures the availability of qualified personnel to assist healthcare providers. This supports the operational capacity of VA healthcare facilities in the specified region. The services provided are crucial for the efficient functioning of medical teams.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The temporary help services sector, classified under NAICS code 561320, is a significant market supporting various industries, including healthcare. Federal agencies, particularly the Department of Veterans Affairs, frequently utilize these services to supplement their workforce, manage fluctuating demands, and fill specialized roles. This contract fits within the broader trend of government agencies leveraging external staffing solutions to maintain operational efficiency and service delivery.

Small Business Impact

The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The competition was open, meaning large and small businesses could have participated, but the award was not specifically targeted towards small business participation.

Oversight & Accountability

Oversight for this contract would typically fall under the purview of the Department of Veterans Affairs contracting officers and program managers. They are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. The firm-fixed-price nature of the contract shifts some financial risk to the contractor, but the VA retains responsibility for ensuring the quality and timeliness of the services delivered. Transparency is generally maintained through contract databases and reporting mechanisms.

Related Government Programs

Risk Flags

Tags

healthcare, medical-support-staffing, department-of-veterans-affairs, citadel-federal-solutions, firm-fixed-price, full-and-open-competition, temporary-help-services, option-year, california, bpa-call

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $2.0 million to CITADEL FEDERAL SOLUTIONS LLC. MEDICAL SUPPORT ASSISTANT STAFFING - EXERCISE OPTION YEAR 2

Who is the contractor on this award?

The obligated recipient is CITADEL FEDERAL SOLUTIONS 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 $2.0 million.

What is the period of performance?

Start: 2025-12-01. End: 2026-11-30.

What is the historical spending pattern for medical support staffing at this specific VA facility or within this region?

Analyzing historical spending for medical support staffing at the relevant VA facility or within the California region would provide crucial context for this $2M+ award. Without specific historical data, it's difficult to definitively state if this contract represents an increase, decrease, or stable level of investment. However, the fact that this is an option year exercise for Citadel Federal Solutions suggests a continuation of services previously provided. Understanding the prior contract values, durations, and the number of vendors involved in past procurements would allow for a more robust comparison and assessment of current spending trends and potential cost efficiencies or escalations over time.

How does the per-unit cost of the services provided by Citadel Federal Solutions compare to market rates for similar medical support staffing in California?

Benchmarking the per-unit cost of the services provided by Citadel Federal Solutions against market rates in California is essential for assessing value for money. While the total contract value is $2,007,167.04, the specific per-unit costs (e.g., hourly rates for different staff roles) are not detailed in the provided data. To conduct a thorough comparison, one would need to identify the specific types of medical support staff being provided (e.g., medical assistants, administrative support) and their corresponding bill rates under this contract. These rates would then be compared to prevailing wages and agency fees for similar temporary staffing services in the California market, considering factors like experience levels, required certifications, and geographic location within the state. A significant deviation from market rates, either higher or lower, would warrant further investigation into the reasons behind the pricing.

What is the track record of Citadel Federal Solutions in performing similar government contracts, particularly with the Department of Veterans Affairs?

Citadel Federal Solutions' track record in performing similar government contracts, especially with the Department of Veterans Affairs, is a key indicator of performance risk and reliability. As this contract represents an option year exercise, it strongly suggests that the initial performance period met or exceeded the VA's expectations. Examining past performance evaluations, contract completion history, and any documented issues or commendations related to Citadel Federal Solutions' previous engagements would provide a clearer picture. Specifically, looking at their history with providing temporary medical support staffing or similar services to federal agencies would be most relevant. A history of successful contract execution, timely delivery, and adherence to quality standards would bolster confidence in their ability to continue performing effectively under this current contract.

What specific types of medical support roles are being filled by this contract, and what is the anticipated impact on patient care delivery?

The contract specifies 'MEDICAL SUPPORT ASSISTANT STAFFING,' indicating that the services likely encompass a range of roles crucial for the smooth operation of healthcare facilities. These could include administrative support, patient scheduling, medical records management, and potentially direct patient assistance roles that do not require clinical licensure. The anticipated impact on patient care delivery is expected to be positive, primarily through ensuring adequate staffing levels, reducing wait times, and freeing up clinical personnel to focus on direct medical treatment. By providing necessary support staff, the contract aims to enhance the efficiency and capacity of VA healthcare services, ultimately contributing to a better patient experience and potentially improved health outcomes.

Are there any specific performance metrics or Key Performance Indicators (KPIs) associated with this contract that are publicly available?

The provided data does not explicitly list the specific performance metrics or Key Performance Indicators (KPIs) associated with this contract. However, for a contract of this nature, typical KPIs would likely revolve around staffing fill rates (e.g., percentage of requested positions filled within a certain timeframe), staff retention rates, adherence to schedules, and potentially patient satisfaction scores related to the support services. The Department of Veterans Affairs generally requires contractors to meet defined performance standards, and failure to do so can result in contractual remedies. While these specific KPIs may not be publicly detailed in summary contract award data, they are usually outlined in the contract's Performance Work Statement (PWS) and are monitored by the contracting officer's representative (COR).

Industry Classification

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

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)ADMINISTRATIVE SUPPORT SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1318 BRIDGE MILL AVE, CANTON, GA, 30114

Business Categories: Category Business, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $2,011,676

Exercised Options: $2,011,676

Current Obligation: $2,011,676

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36C26223A0002

IDV Type: BPA

Timeline

Start Date: 2025-12-01

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-03-06

More Contracts from Citadel Federal Solutions LLC

View all Citadel Federal Solutions LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending