VA awards $793,915 contract for logistics consulting to Concourse Federal Group LLC
Contract Overview
Contract Amount: $793,915 ($793.9K)
Contractor: Concourse Federal Group LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-03-25
End Date: 2029-04-24
Contract Duration: 1,126 days
Daily Burn Rate: $705/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TRI-CITIES OPC INITIAL OUTFITTING TRANSITION & ACTIVATION SERVICES
Place of Performance
Location: KENNEWICK, BENTON County, WASHINGTON, 99338
Plain-Language Summary
Department of Veterans Affairs obligated $793,915 to CONCOURSE FEDERAL GROUP LLC for work described as: TRI-CITIES OPC INITIAL OUTFITTING TRANSITION & ACTIVATION SERVICES Key points: 1. The contract is for initial outfitting, transition, and activation services, indicating a need for specialized logistical support. 2. Awarded under SAP (Simplified Acquisition Procedures), suggesting a focus on smaller value procurements. 3. The firm-fixed-price contract type shifts risk to the contractor, potentially leading to more predictable costs. 4. A duration of 1126 days (approx. 3 years) suggests a significant, ongoing need for these services. 5. The contractor, Concourse Federal Group LLC, has secured this award, but their specific track record for similar services requires further investigation. 6. The geographic location of the award (Washington) may indicate a specific facility or region requiring these services.
Value Assessment
Rating: fair
The contract value of $793,915 for over three years of logistics consulting services appears moderate. Without specific benchmarks for 'initial outfitting, transition & activation services' for VA facilities, a direct value-for-money assessment is challenging. However, given the duration and scope, the per-year cost is approximately $264,638. This figure should be compared against similar VA or other agency contracts for logistical support and facility activation to determine if it represents a competitive price point. The firm-fixed-price nature provides cost certainty for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a less extensive competition process than full and open competition. While the data indicates it was competed, the specific number of bidders or the nature of the solicitation (e.g., GSA Schedule, specific RFQ) is not detailed. This suggests that competition may have been limited to pre-qualified vendors or those responding to a specific request for quotation within a simplified acquisition framework.
Taxpayer Impact: Competition under SAP generally means fewer bidders than full and open competition, which can sometimes lead to less aggressive pricing for taxpayers. However, it also allows for more agile procurement of necessary services.
Public Impact
Veterans will benefit from improved facility readiness and operational efficiency through effective outfitting and transition services. The contract delivers essential logistics consulting to ensure new or transitioning facilities are fully operational. The geographic impact is likely concentrated in Washington state, where the services are being performed. Workforce implications may include the need for specialized logistics personnel managed by Concourse Federal Group LLC, potentially creating or utilizing skilled jobs.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not yield the best possible pricing for taxpayers.
- The specific expertise of Concourse Federal Group LLC in VA facility outfitting is not detailed, posing a potential performance risk.
- The scope of 'transition & activation services' is broad and could lead to scope creep if not tightly managed.
Positive Signals
- Firm-fixed-price contract type provides cost certainty to the government.
- Awarded under SAP allows for efficient procurement of needed services.
- The contract duration suggests a sustained need and commitment to operational readiness.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically logistics consulting. The market for such services is robust, with numerous firms offering specialized support for government agencies. The VA, in particular, frequently procures logistics and facility management services to maintain its extensive network of healthcare facilities and administrative offices. Benchmarking this contract's value against other VA logistics contracts or similar facility activation projects would provide further context on its market competitiveness.
Small Business Impact
The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications for small businesses arising from a set-aside requirement. The primary contractor, Concourse Federal Group LLC, is not explicitly identified as a small business in the provided data. Analysis of subcontracting opportunities would depend on the prime contractor's own small business utilization plan, which is not detailed here.
Oversight & Accountability
Oversight for this contract will likely be managed by the contracting officer and the relevant program officials within the Department of Veterans Affairs. As a purchase order awarded under SAP, it may have less formal oversight than larger, more complex contracts. Transparency is facilitated through contract databases like FPDS. Accountability rests with Concourse Federal Group LLC to deliver the contracted services, with recourse available to the VA for non-performance. Inspector General jurisdiction would apply if fraud, waste, or abuse were suspected.
Related Government Programs
- VA Logistics Support Services
- Federal Facility Outfitting Contracts
- Government Transition and Activation Services
- Professional and Technical Consulting Services
Risk Flags
- Potential performance risk due to contractor's specific experience.
- Risk of scope creep in transition and activation services.
- Limited competition may impact price discovery.
Tags
va, logistics-consulting, facility-outfitting, transition-services, activation-services, purchase-order, firm-fixed-price, simplified-acquisition-procedures, washington, professional-services, consulting
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $793,915 to CONCOURSE FEDERAL GROUP LLC. TRI-CITIES OPC INITIAL OUTFITTING TRANSITION & ACTIVATION SERVICES
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 $793,915.
What is the period of performance?
Start: 2026-03-25. End: 2029-04-24.
What is the specific track record of Concourse Federal Group LLC in providing similar 'initial outfitting, transition & activation services' to the VA or other federal agencies?
A detailed review of Concourse Federal Group LLC's past performance is crucial for assessing the risk associated with this contract. While the award itself indicates they were deemed capable, specific examples of successfully completed projects of similar scope and complexity are needed. This would involve examining their contract history for prior VA awards, other agency contracts, and client testimonials or performance evaluations. Understanding their experience with facility outfitting, logistics planning, and activation processes, particularly within a healthcare or large institutional setting like the VA, will provide insight into their ability to meet the requirements of this new contract and mitigate potential performance issues.
How does the awarded price compare to market rates for similar logistics consulting services, particularly for facility outfitting and activation?
To benchmark the value, we need to compare the contract's total value ($793,915) and its duration (1126 days) against industry data for similar services. This involves researching average hourly rates or project costs for logistics consultants specializing in facility transitions and outfitting. Factors such as the size and type of facility, the complexity of the transition, and the specific services required (e.g., equipment procurement, space planning, move management) influence pricing. If comparable VA contracts or publicly available market research reports indicate significantly lower costs for similar services, it would suggest this contract may not represent optimal value for money. Conversely, if the price aligns with or is below market averages, it indicates competitive pricing.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential performance failures by the contractor, scope creep, and cost overruns (though mitigated by FFP). Performance risk is heightened if Concourse Federal Group LLC lacks extensive experience in VA facility outfitting. Scope creep is a risk due to the broad nature of 'transition & activation services,' potentially leading to increased costs or delays if not managed tightly. Mitigation strategies likely include robust project management by the VA, clear definition of deliverables and milestones, regular progress reviews, and performance monitoring. The firm-fixed-price (FFP) contract type inherently shifts some financial risk to the contractor, incentivizing them to manage costs effectively.
How effective are the oversight mechanisms for contracts awarded under Simplified Acquisition Procedures (SAP)?
Oversight for SAP contracts, while potentially less intensive than for large-scale procurements, relies heavily on the contracting officer's representative (COR) and program managers. These individuals are responsible for monitoring contractor performance, ensuring compliance with contract terms, and approving payments. Transparency is maintained through contract reporting systems. However, the reduced competition inherent in SAP can sometimes mean less scrutiny on pricing and contractor selection compared to full and open competition. The VA's internal policies and the specific terms of the purchase order will dictate the precise oversight procedures, but effective oversight hinges on diligent monitoring and proactive communication with the contractor.
What is the historical spending pattern for logistics consulting services by the Department of Veterans Affairs?
Analyzing historical spending patterns for logistics consulting by the VA is essential for context. This involves examining aggregate data over several fiscal years to identify trends in contract values, types of services procured, and primary contractors. Understanding the VA's typical investment in such services can reveal whether this $793,915 award is consistent with past spending, unusually high, or unusually low. It can also highlight specific areas within logistics consulting that the VA frequently engages, such as facility management, supply chain optimization, or transition support. This historical perspective aids in assessing the current contract's significance and potential future spending needs.
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: 36C77625Q0285
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 13840 BOOKER T WASHINGTON HWY UNIT C3, MONETA, VA, 24121
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: $871,314
Exercised Options: $793,915
Current Obligation: $793,915
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-03-25
Current End Date: 2029-04-24
Potential End Date: 2029-04-24 00:00:00
Last Modified: 2026-04-08
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.)