VA San Diego Spinal Cord Injury Center receives $2.8M for transition and activation services from Concourse Federal Group
Contract Overview
Contract Amount: $2,817,096 ($2.8M)
Contractor: Concourse Federal Group LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2022-09-06
End Date: 2026-07-14
Contract Duration: 1,407 days
Daily Burn Rate: $2.0K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 8
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: INITIAL OUTFITTING TRANSITION AND ACTIVATION (IOT&A) SERVICES FOR THE VA SAN DIEGO HEALTHCARE SYSTEM SPINAL CORD INJURY/COMMUNITY LIVING CENTER
Place of Performance
Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92116
Plain-Language Summary
Department of Veterans Affairs obligated $2.8 million to CONCOURSE FEDERAL GROUP LLC for work described as: INITIAL OUTFITTING TRANSITION AND ACTIVATION (IOT&A) SERVICES FOR THE VA SAN DIEGO HEALTHCARE SYSTEM SPINAL CORD INJURY/COMMUNITY LIVING CENTER Key points: 1. The contract supports critical transition and activation services for a specialized healthcare facility. 2. Services include logistics and consulting, indicating a focus on operational readiness. 3. The award was made under the Simplified Acquisition Procedures (SAP), suggesting a streamlined process for a moderate value award. 4. The contract duration of approximately 3.8 years allows for comprehensive support through activation and initial operations. 5. The firm-fixed-price structure provides cost certainty for the government. 6. This award represents a significant investment in enhancing care for veterans with spinal cord injuries.
Value Assessment
Rating: good
The contract value of $2.8 million for IOT&A services appears reasonable given the scope of supporting a new or significantly upgraded healthcare facility, specifically for a Spinal Cord Injury/Community Living Center. Benchmarking against similar transition and activation contracts for specialized medical facilities would provide a more precise value assessment. The firm-fixed-price nature of the award suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government. However, without detailed service breakdowns and market comparisons for similar consulting and logistics services in the healthcare sector, a definitive value-for-money judgment is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for a broader range of competition than sole-source or limited solicitations, though it may not involve the full extent of documentation and outreach as larger procurements. The data indicates 8 bidders participated in the competition. A higher number of bidders generally suggests a more competitive environment, which can lead to better pricing and terms for the government. The SAP process aims to balance efficiency with adequate competition for awards below certain thresholds.
Taxpayer Impact: With 8 bidders, taxpayers benefit from a competitive process that likely drove down costs compared to a sole-source award. This level of competition helps ensure that the awarded price reflects a fair market value for the required transition and activation services.
Public Impact
Veterans with spinal cord injuries at the VA San Diego Healthcare System will benefit from a smoothly activated and operational facility. The services delivered will ensure the readiness of the Spinal Cord Injury/Community Living Center, improving the quality of care and living environment. The geographic impact is concentrated in San Diego, California, directly serving the local veteran population. The contract may have implications for the healthcare support workforce in the San Diego region, potentially creating or sustaining jobs related to facility activation and logistics.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for scope creep if transition and activation phases are not clearly defined and managed.
- Reliance on a single contractor for critical activation services could pose a risk if performance issues arise.
- Ensuring the long-term sustainability and effectiveness of the activated services beyond the initial contract period.
Positive Signals
- The firm-fixed-price contract structure provides budget certainty for the government.
- Multiple bidders (8) indicate a competitive environment, likely leading to a fair price.
- The contract duration allows for comprehensive support through the critical activation phase.
Sector Analysis
The contract falls within the professional, scientific, and technical services sector, specifically logistics and consulting. The market for Initial Outfitting, Transition, and Activation (IOT&A) services is crucial for government agencies, particularly the Department of Defense and the Department of Veterans Affairs, when establishing new facilities or significantly renovating existing ones. These services encompass a wide range of activities from planning and procurement to installation and operational readiness. Spending in this niche area is often project-specific and tied to capital construction or modernization initiatives. Comparable spending benchmarks would typically be assessed against similar healthcare facility activation projects.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a result, the primary contractor, Concourse Federal Group LLC, is likely a large business. There is no explicit information regarding subcontracting plans for small businesses within this award. This means that opportunities for small businesses to participate in this contract are dependent on the prime contractor's voluntary subcontracting efforts, rather than a mandated set-aside.
Oversight & Accountability
Oversight for this contract will primarily reside with the Department of Veterans Affairs (VA) contracting officers and program managers responsible for the San Diego Healthcare System. The VA has established Inspector General (IG) offices that conduct audits and investigations into VA programs and contracts to ensure accountability and prevent fraud, waste, and abuse. Transparency is facilitated through contract award databases like FPDS. The firm-fixed-price nature of the contract provides a degree of accountability by placing the financial risk on the contractor.
Related Government Programs
- VA Capital Asset and Business Management
- VA Medical Facility Construction
- VA Healthcare System Operations
- Logistics and Supply Chain Management Consulting
- Government Facility Transition Services
Risk Flags
- Potential for performance delays
- Contractor cost overruns risk (mitigated by FFP)
- Integration complexity of specialized medical systems
Tags
healthcare, department-of-veterans-affairs, california, purchase-order, competed-under-sap, firm-fixed-price, logistics-consulting, spinal-cord-injury, community-living-center, facility-activation, transition-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.8 million to CONCOURSE FEDERAL GROUP LLC. INITIAL OUTFITTING TRANSITION AND ACTIVATION (IOT&A) SERVICES FOR THE VA SAN DIEGO HEALTHCARE SYSTEM SPINAL CORD INJURY/COMMUNITY LIVING CENTER
Who is the contractor on this award?
The obligated recipient is CONCOURSE FEDERAL GROUP 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 $2.8 million.
What is the period of performance?
Start: 2022-09-06. End: 2026-07-14.
What is the track record of Concourse Federal Group LLC in performing similar Initial Outfitting, Transition, and Activation (IOT&A) services for healthcare facilities?
Assessing the track record of Concourse Federal Group LLC requires a review of their past performance on similar government contracts. Specifically, one would look for prior awards related to IOT&A services, particularly for healthcare or complex facility projects. Key indicators include successful completion of projects on time and within budget, positive past performance reviews from government agencies, and experience with the specific challenges of activating specialized medical centers like Spinal Cord Injury/Community Living Centers. A lack of extensive relevant experience could indicate a higher performance risk for this specific contract, while a strong history would suggest a lower risk and a higher likelihood of successful execution.
How does the awarded price of $2.8 million compare to market rates for similar IOT&A services for healthcare facilities of this scale?
To benchmark the $2.8 million award, a detailed analysis of the contract's scope of work is necessary. This would involve comparing the specific services (e.g., logistics planning, equipment installation, IT setup, staff training coordination) against industry standards and pricing models for similar projects. Factors such as facility size, complexity, and the duration of the activation period are critical. Researching publicly available data on other VA or DoD healthcare facility activation contracts, or consulting industry cost estimation resources, would provide a basis for comparison. If the awarded price is significantly lower than comparable contracts, it might indicate exceptional value or potentially underestimated scope. Conversely, a higher price could suggest premium service, higher risk, or less competitive pricing.
What are the primary risks associated with the performance of this contract, and what mitigation strategies are in place?
Primary risks for this IOT&A contract include potential delays in construction or equipment delivery impacting the activation timeline, unforeseen technical challenges during system integration, and contractor performance issues. Given the firm-fixed-price nature, a key risk is the contractor underestimating costs, potentially leading to shortcuts or disputes. Mitigation strategies typically involve robust government oversight, clear performance metrics, regular progress meetings, and contingency planning. The VA's contracting officer and project managers are responsible for monitoring progress and addressing issues proactively. The contract's defined phases and deliverables also serve as milestones for risk management.
What is the expected impact of these IOT&A services on the operational effectiveness and patient care at the VA San Diego Healthcare System?
The successful execution of these IOT&A services is critical for ensuring the VA San Diego Healthcare System's Spinal Cord Injury/Community Living Center becomes fully operational and provides high-quality care. Effective transition and activation mean that all necessary infrastructure, medical equipment, IT systems, and support services are in place and functioning correctly from day one. This directly impacts patient care by providing a safe, efficient, and well-equipped environment for veterans requiring specialized long-term care. Smooth activation minimizes disruptions, reduces the risk of medical errors due to system failures, and allows clinical staff to focus on patient needs rather than operational challenges.
How has VA spending on IOT&A services for healthcare facilities trended over the past five years, and does this award align with historical patterns?
Analyzing VA spending trends on IOT&A services requires examining historical contract data, focusing on awards for healthcare facility activations. This would involve looking at the total dollar value and number of such contracts awarded annually. Trends might indicate an increase or decrease in investment in new facilities or major renovations. This specific $2.8 million award for the San Diego SCI/CLC should be compared against the average award size and frequency for similar projects. If the VA has recently undertaken several large-scale facility projects, this award might be part of a broader pattern. Conversely, if such awards have been infrequent or smaller, this contract could represent a significant investment or a shift in strategy.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Process, Physical Distribution, and Logistics Consulting Services
Product/Service Code: MEDICAL SERVICES › SPECIALIZED TECHNICAL/ MEDICAL SUPPORT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C77622Q0237
Offers Received: 8
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 123 S ROYAL ST, ALEXANDRIA, VA, 22314
Business Categories: Category Business, 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: $2,817,098
Exercised Options: $2,817,098
Current Obligation: $2,817,096
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2022-09-06
Current End Date: 2026-07-14
Potential End Date: 2026-07-14 00:00:00
Last Modified: 2026-03-17
More Contracts from Concourse Federal Group LLC
- EO14042 - Strategic and Facility Planning and Management Services — $9.5M (Department of Veterans Affairs)
- EO14042 - Strategic and Facility Planning and Management Services — $7.0M (Department of Veterans Affairs)
- EO14042 - Strategic and Facility Planning and Management Services — $6.2M (Department of Veterans Affairs)
- EO14042 - Strategic and Facility Planning and Management Services — $5.3M (Department of Veterans Affairs)
- Activation Services for NEW the NEW Long Beach Inpatient and Outpatient Mental Health Facility and the Community Living Center — $3.4M (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.)