VA awards $72.4M contract for Automated Prescription Fulfillment System to Innovation Associates, Inc

Contract Overview

Contract Amount: $72,447,038 ($72.4M)

Contractor: Innovation Associates, Inc.

Awarding Agency: Department of Veterans Affairs

Start Date: 2017-07-14

End Date: 2026-08-25

Contract Duration: 3,329 days

Daily Burn Rate: $21.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: AUTOMATED PRESCRIPTION FULFILLMENT SYSTEM

Place of Performance

Location: NORTH CHARLESTON, CHARLESTON County, SOUTH CAROLINA, 29405

State: South Carolina Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $72.4 million to INNOVATION ASSOCIATES, INC. for work described as: AUTOMATED PRESCRIPTION FULFILLMENT SYSTEM Key points: 1. The contract value of $72.4M is significant for a specialized system. 2. Innovation Associates, Inc. is the sole awardee, raising questions about competition. 3. The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' suggests limited initial competition. 4. The sector is 'All Other Miscellaneous Fabricated Metal Product Manufacturing', which may not directly align with a software/system focus.

Value Assessment

Rating: fair

The contract value of $72.4M over its period of performance (2017-2026) suggests a substantial investment. Benchmarking is difficult without specific system details, but the price appears reasonable for a large-scale automated system.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES', indicating that while competition was sought, certain sources were excluded. This method can limit price discovery and potentially lead to higher costs.

Taxpayer Impact: Taxpayers may be impacted by potentially higher costs due to limited competition, though the system's efficiency could offer long-term savings.

Public Impact

Improved efficiency and accuracy in prescription fulfillment for veterans. Potential for reduced medication errors and improved patient safety. Modernization of VA pharmacy operations. Impact on pharmaceutical supply chain management within the VA.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls under 'All Other Miscellaneous Fabricated Metal Product Manufacturing' (NAICS 332999). This sector typically involves manufacturing metal parts and components. The application of this to an 'Automated Prescription Fulfillment System' suggests the system may have significant hardware or mechanical components, or the classification may be a broad fit.

Small Business Impact

The contract was not awarded to a small business. Further analysis would be needed to determine if small business set-asides were considered or feasible for this requirement.

Oversight & Accountability

The contract's duration and value warrant robust oversight to ensure performance, cost control, and adherence to specifications. The VA's contracting office is responsible for monitoring this award.

Related Government Programs

Risk Flags

Tags

all-other-miscellaneous-fabricated-metal, department-of-veterans-affairs, sc, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $72.4 million to INNOVATION ASSOCIATES, INC.. AUTOMATED PRESCRIPTION FULFILLMENT SYSTEM

Who is the contractor on this award?

The obligated recipient is INNOVATION ASSOCIATES, INC..

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 $72.4 million.

What is the period of performance?

Start: 2017-07-14. End: 2026-08-25.

What specific technological capabilities does the Automated Prescription Fulfillment System provide, and how do they align with the awarded NAICS code?

The system likely automates the process of dispensing and managing prescription medications. This could involve robotics, software for inventory management, and tracking. The alignment with NAICS 332999 is unusual, suggesting the system might incorporate significant fabricated metal components or that the classification is a broad catch-all for complex machinery not fitting other categories. Further details on the system's architecture are needed.

How was the 'exclusion of sources' justified, and what impact did it have on the final contract price?

The justification for excluding sources is critical. If specific vendors or technologies were deemed essential, it could limit competition. This exclusion needs to be thoroughly documented to ensure it was necessary and not arbitrary. Without this documentation, it's difficult to assess if the price reflects true market value or if the exclusion led to a higher cost for taxpayers.

What are the key performance indicators (KPIs) for this system, and how will their achievement be measured to ensure effectiveness and value for money?

Key performance indicators should focus on metrics like prescription fulfillment time, accuracy rates, reduction in errors, system uptime, and cost savings. The VA must have a clear framework for measuring these KPIs throughout the contract's life. Regular performance reviews and audits are essential to ensure the system is delivering the expected benefits and that taxpayer funds are being used effectively.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingAll Other Miscellaneous Fabricated Metal Product Manufacturing

Product/Service Code: SPECIAL INDUSTRY MACHINERY

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: VA770-16-R-0207

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 530 COLUMBIA DR STE 101, JOHNSON CITY, NY, 13790

Business Categories: Category Business, Manufacturer of Goods, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $72,447,038

Exercised Options: $72,447,038

Current Obligation: $72,447,038

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2017-07-14

Current End Date: 2026-08-25

Potential End Date: 2026-08-25 00:00:00

Last Modified: 2023-08-25

More Contracts from Innovation Associates, Inc.

View all Innovation Associates, Inc. federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending