VA awards $3.8M contract for benefits intake optimization to Huntridge Labs, LLC
Contract Overview
Contract Amount: $3,785,594 ($3.8M)
Contractor: Huntridge Labs, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-09-16
End Date: 2026-09-15
Contract Duration: 364 days
Daily Burn Rate: $10.4K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: BENEFITS INTAKE OPTIMIZATION CONTRACT # 1
Place of Performance
Location: LEESBURG, LOUDOUN County, VIRGINIA, 20176
State: Virginia Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $3.8 million to HUNTRIDGE LABS, LLC for work described as: BENEFITS INTAKE OPTIMIZATION CONTRACT # 1 Key points: 1. Contract aims to streamline and improve the efficiency of benefit application processing. 2. Focus on optimizing intake processes suggests potential for reduced administrative burden and faster service delivery. 3. The fixed-price contract type provides cost certainty for the government. 4. This award is a definitive contract, indicating a commitment to the service provider. 5. The contract duration of one year with a potential for extension aligns with project-based needs.
Value Assessment
Rating: fair
The contract value of $3.8 million for a one-year period for benefits intake optimization appears to be within a reasonable range for IT services of this nature. Benchmarking against similar contracts for process improvement and system optimization within the federal government would provide a clearer picture of value for money. Without specific performance metrics or comparison data, it is difficult to definitively assess if this represents excellent value. The fixed-price nature helps control costs, but the overall efficiency gains will determine the true return on investment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not openly competed. While the specific justification for the sole-source award is not provided, it typically implies that only one vendor was deemed capable of meeting the government's requirements. This lack of competition can limit price discovery and potentially lead to higher costs compared to a fully competed contract.
Taxpayer Impact: Sole-source awards mean taxpayers may not be getting the most competitive pricing available in the market. The absence of multiple bids prevents a direct comparison of offers, potentially resulting in a higher expenditure than if the contract had been open to broader competition.
Public Impact
Veterans will benefit from potentially faster and more efficient processing of their benefit applications. The Department of Veterans Affairs (VA) will receive optimized systems and processes for managing benefit intake. This contract supports the VA's mission to provide timely and effective services to veterans. Improved intake processes could lead to a more positive experience for veterans interacting with the VA.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing and limited innovation.
- Sole-source awards can create barriers for other capable small businesses to enter the federal contracting space.
- The specific performance metrics and expected outcomes are not detailed, making it difficult to assess success.
Positive Signals
- The contract focuses on a critical area for the VA, aiming to improve veteran services.
- The firm-fixed-price structure provides budget certainty for the government.
- The contract duration allows for focused implementation and evaluation of the optimization efforts.
Sector Analysis
The IT services sector, particularly within government contracting, is vast and encompasses a wide range of specialized services. Contracts for process optimization and system improvement are common as agencies seek to modernize operations and enhance service delivery. The market for these services is competitive, with many firms offering solutions. However, sole-source awards bypass this competitive landscape. Comparable spending benchmarks for similar IT optimization projects within federal agencies would be necessary for a more precise assessment.
Small Business Impact
This contract does not appear to have a small business set-aside. The award to Huntridge Labs, LLC, a single entity, does not indicate any specific subcontracting requirements for small businesses. Without a set-aside, there is no direct mechanism to ensure small business participation or to foster their growth through this particular contract.
Oversight & Accountability
Oversight for this contract will likely fall under the Department of Veterans Affairs' contracting and program management offices. Accountability will be measured against the defined scope of work and performance objectives, though these are not detailed in the provided data. Transparency could be enhanced by making the justification for the sole-source award publicly available and by reporting on key performance indicators once the contract is in effect.
Related Government Programs
- VA IT Modernization Initiatives
- Federal IT Services Procurement
- Benefits Administration Systems
- Government Process Improvement Contracts
Risk Flags
- Sole-source award limits competition and price discovery.
- Lack of detailed performance metrics makes outcome assessment difficult.
- Contractor's specific track record with VA for similar services is not provided.
Tags
it-services, department-of-veterans-affairs, virginia, definitive-contract, large-contract, sole-source, firm-fixed-price, process-optimization, benefits-administration, it-consulting
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $3.8 million to HUNTRIDGE LABS, LLC. BENEFITS INTAKE OPTIMIZATION CONTRACT # 1
Who is the contractor on this award?
The obligated recipient is HUNTRIDGE LABS, 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 $3.8 million.
What is the period of performance?
Start: 2025-09-16. End: 2026-09-15.
What is the specific justification for awarding this contract on a sole-source basis?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source is available or capable of meeting the agency's needs. This could be due to unique capabilities, proprietary technology, or urgent requirements where competition is not feasible. A detailed justification document, often required by federal acquisition regulations, would outline these reasons. Without this document, it's impossible to verify the necessity of a sole-source award for this benefits intake optimization contract.
How does the $3.8 million contract value compare to similar benefits intake optimization projects within the VA or other federal agencies?
Benchmarking the $3.8 million contract value requires access to data on similar projects. Federal IT services, especially those involving process optimization and system integration, can vary significantly in cost based on scope, duration, complexity, and the specific technologies employed. Without a detailed breakdown of the services to be provided under this contract and comparable project data from agencies like the Department of Defense or Health and Human Services, it is difficult to definitively state whether this represents a competitive price. The absence of competition in this sole-source award further complicates direct value comparison.
What are the key performance indicators (KPIs) and expected outcomes for this benefits intake optimization contract?
The provided data does not specify the key performance indicators (KPIs) or expected outcomes for this contract. Effective contracts for process optimization typically include measurable goals such as reduced application processing times, decreased error rates, improved user satisfaction scores, and enhanced system uptime. The success of this $3.8 million award will hinge on the VA's ability to define and track these metrics to ensure that Huntridge Labs, LLC delivers tangible improvements in benefits intake efficiency and effectiveness.
What is Huntridge Labs, LLC's track record with the Department of Veterans Affairs or similar federal agencies for IT optimization services?
Information regarding Huntridge Labs, LLC's specific track record with the Department of Veterans Affairs (VA) or other federal agencies for IT optimization services is not included in the provided data. A thorough assessment would require reviewing past performance evaluations, contract history, and any reported issues or successes on previous government contracts. Understanding their experience in similar projects, particularly those involving benefits administration or process improvement, would be crucial for evaluating their capability to successfully execute this $3.8 million award.
What is the historical spending pattern for benefits intake optimization services at the VA?
The provided data does not offer historical spending patterns for benefits intake optimization services at the VA. To establish such a pattern, one would need to analyze past contracts awarded by the VA for similar services over several fiscal years. This analysis would reveal trends in contract values, types of services procured, and the contractors frequently engaged. Understanding this historical context is vital for assessing whether the current $3.8 million award is consistent with past spending or represents a significant deviation, and whether previous investments have yielded desired results.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 36C10B25R0032
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1 E MARKET ST STE 200, LEESBURG, VA, 20176
Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Limited Liability Corporation, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $3,799,274
Exercised Options: $3,785,594
Current Obligation: $3,785,594
Actual Outlays: $2,159,990
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-09-16
Current End Date: 2026-09-15
Potential End Date: 2026-09-15 00:00:00
Last Modified: 2026-03-03
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.)