VA awards $4.79M for clinical communication alarm management, highlighting IT services for workflow enhancement

Contract Overview

Contract Amount: $4,792,575 ($4.8M)

Contractor: Government Marketing and Procurement, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2020-08-11

End Date: 2021-08-10

Contract Duration: 364 days

Daily Burn Rate: $13.2K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: IDIQ FOR A CLINICAL COMMUNICATION ALARM MANAGEMENT SYSTEM/DEVICES TO FACILLITATE CLINICAL WORKFLOW - VOCERA

Place of Performance

Location: WIMBERLEY, HAYS County, TEXAS, 78676

State: Texas Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $4.8 million to GOVERNMENT MARKETING AND PROCUREMENT, LLC for work described as: IDIQ FOR A CLINICAL COMMUNICATION ALARM MANAGEMENT SYSTEM/DEVICES TO FACILLITATE CLINICAL WORKFLOW - VOCERA Key points: 1. The contract focuses on IT services to improve clinical workflows through alarm management systems. 2. Value for money is assessed by comparing per-unit costs and overall pricing against market benchmarks. 3. Competition dynamics indicate a full and open process, suggesting potential for competitive pricing. 4. Risk indicators are monitored through performance metrics and contractor track record. 5. The contract's performance context is within the Department of Veterans Affairs' healthcare IT infrastructure. 6. Sector positioning is within IT services, specifically for healthcare technology solutions.

Value Assessment

Rating: good

The total award of $4.79 million for a clinical communication alarm management system appears reasonable given the scope of IT services and hardware required for a healthcare setting. Benchmarking against similar contracts for integrated communication platforms in federal healthcare systems would provide a more precise value assessment. The firm-fixed-price structure suggests that the contractor bears the risk of cost overruns, which can be favorable for the government if the pricing is competitive.

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 offers. The number of bidders is not specified, but a full and open competition generally fosters a competitive environment, which can lead to better pricing and innovative solutions for the government. The VA's approach suggests a commitment to leveraging the broadest possible market.

Taxpayer Impact: A full and open competition allows taxpayers to benefit from potentially lower prices due to market forces and a wider selection of qualified vendors.

Public Impact

Beneficiaries include healthcare providers within the VA system, enabling more efficient patient care. Services delivered involve the provision and integration of clinical communication alarm management systems and devices. Geographic impact is likely concentrated within VA medical facilities utilizing this technology. Workforce implications may include training for clinical staff on the new system and potential efficiencies in communication handling.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare IT sector is a rapidly growing market driven by the need for digital transformation in patient care. This contract falls within the sub-sector of clinical communication and alarm management systems, which are critical for patient safety and operational efficiency in hospitals and healthcare facilities. Spending in this area is substantial across federal agencies, particularly within the VA, as they modernize their infrastructure. Comparable spending benchmarks would involve analyzing other IDIQ contracts or delivery orders for similar integrated communication solutions within the federal government.

Small Business Impact

The 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. The primary focus appears to be on securing a solution through broad market competition, which may or may not involve small business participation as subcontractors to larger prime contractors.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of Veterans Affairs contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract type, which holds the contractor responsible for delivering the specified goods and services within the agreed-upon price. Transparency is generally facilitated through contract award databases and reporting requirements, though specific oversight reports are not detailed here. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, healthcare-technology, clinical-communication, alarm-management, department-of-veterans-affairs, firm-fixed-price, delivery-order, full-and-open-competition, information-technology, medical-devices, workflow-enhancement, texas

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $4.8 million to GOVERNMENT MARKETING AND PROCUREMENT, LLC. IDIQ FOR A CLINICAL COMMUNICATION ALARM MANAGEMENT SYSTEM/DEVICES TO FACILLITATE CLINICAL WORKFLOW - VOCERA

Who is the contractor on this award?

The obligated recipient is GOVERNMENT MARKETING AND PROCUREMENT, 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 $4.8 million.

What is the period of performance?

Start: 2020-08-11. End: 2021-08-10.

What is the contractor's track record with the VA or other federal agencies for similar IT solutions?

Assessing the contractor's (GOVERNMENT MARKETING AND PROCUREMENT, LLC) historical performance is crucial. While the provided data does not detail past performance ratings or specific project history, a thorough review would involve examining past federal contract awards, performance evaluations (e.g., CPARS), and any documented issues or successes. For IT solutions in healthcare, a strong track record typically includes successful implementation, integration with existing systems, and adherence to security and privacy regulations (like HIPAA). A lack of relevant experience could indicate a higher risk for project delays or performance shortfalls.

How does the per-unit cost of the alarm management devices compare to market rates for similar commercial off-the-shelf (COTS) products?

The provided data does not include specific per-unit costs for the alarm management devices or systems. To benchmark this, one would need to identify the specific models or types of devices procured under this contract and compare their pricing against current market rates from commercial vendors. Factors such as volume discounts, required service level agreements, and integration support can influence the final price. A significant deviation from market rates, especially if higher, could suggest a need for further justification or negotiation, although the firm-fixed-price nature of the contract implies the government secured a set price upfront.

What are the key performance indicators (KPIs) used to measure the success of this clinical communication system?

Key performance indicators for a clinical communication alarm management system typically focus on system reliability, response times, and user satisfaction. Examples include the percentage of critical alarms successfully delivered within a specified timeframe (e.g., under 5 seconds), the reduction in alarm fatigue among clinical staff, the mean time to respond to alerts, and the system's uptime percentage. The contract's success would be measured against these metrics, ensuring the system effectively facilitates clinical workflow and enhances patient safety as intended by the VA.

What is the potential for this system to integrate with the VA's broader electronic health record (EHR) system?

Integration with the VA's EHR system (like the Oracle Cerner Millennium platform) is a critical aspect of modern clinical communication solutions. Successful integration allows for seamless data flow, such as patient status updates, location tracking, and direct communication initiation from the EHR. The contract should ideally specify interoperability standards (e.g., HL7, FHIR) and the methods for integration. Challenges can arise from legacy systems or proprietary vendor architectures, potentially requiring custom development or middleware, which could impact cost and timeline.

How does the $4.79 million total award compare to historical VA spending on similar communication technologies?

Comparing the $4.79 million award to historical VA spending requires analyzing previous contracts for clinical communication systems, nurse call systems, or integrated alarm management solutions. The VA has a substantial budget for IT modernization and healthcare technology. This specific award represents a portion of that investment. Trends in VA spending might show an increasing reliance on integrated digital platforms for improved patient care and operational efficiency. Analyzing spending over the past 5-10 years would reveal patterns and the relative scale of this particular contract within the VA's overall technology procurement strategy.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 13350 RANCH RD 12, WIMBERLEY, TX, 78676

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: $4,792,575

Exercised Options: $4,792,575

Current Obligation: $4,792,575

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 36C26320D0012

IDV Type: IDC

Timeline

Start Date: 2020-08-11

Current End Date: 2021-08-10

Potential End Date: 2021-08-10 00:00:00

Last Modified: 2026-03-17

More Contracts from Government Marketing and Procurement, LLC

View all Government Marketing and Procurement, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending