VA awards $2M contract for post-discharge suicide prevention services to Neuroflow Inc
Contract Overview
Contract Amount: $1,995,286 ($2.0M)
Contractor: Neuroflow Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-04-28
End Date: 2026-04-27
Contract Duration: 364 days
Daily Burn Rate: $5.5K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: TIME AND MATERIALS
Sector: Healthcare
Official Description: POST DISCHARGE SUICIDE PREVENTION
Place of Performance
Location: PHILADELPHIA, PHILADELPHIA County, PENNSYLVANIA, 19103
Plain-Language Summary
Department of Veterans Affairs obligated $2.0 million to NEUROFLOW INC for work described as: POST DISCHARGE SUICIDE PREVENTION Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. The contract duration of one year with a time and materials pricing structure may lead to cost overruns if not closely managed. 3. Neuroflow Inc. is the sole contractor, raising questions about market availability and potential for future sole-source awards. 4. The service aims to address a critical need in veteran mental healthcare, focusing on suicide prevention. 5. The contract's value is modest, suggesting a targeted or pilot program rather than a large-scale initiative. 6. Geographic focus on Pennsylvania for this specific award, though the service's impact may extend nationally.
Value Assessment
Rating: fair
Benchmarking the value of this contract is challenging due to its sole-source nature and specific service offering. The time and materials pricing model introduces inherent risk for cost escalation. Without competitive bids, it's difficult to ascertain if the $1.99M represents a fair market price for the services provided. Further analysis would require understanding the specific deliverables and comparing them to similar, potentially competed, mental health support contracts.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required service or product. The lack of competition means the Department of Veterans Affairs did not benefit from a bidding process that could drive down prices or foster innovation through multiple proposals.
Taxpayer Impact: Taxpayers may not be receiving the best possible value as the absence of competition prevents price discovery and potentially leads to higher costs than if multiple vendors had vied for the contract.
Public Impact
Veterans in Pennsylvania are the primary beneficiaries, receiving critical post-discharge suicide prevention support. The service aims to reduce suicide rates among veterans by providing timely and targeted interventions. This contract supports the Department of Veterans Affairs' broader mission to enhance mental healthcare access for veterans. Potential positive impact on the mental well-being of veterans and their families. The contract may indirectly support local healthcare providers and mental health professionals in Pennsylvania.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing and innovation.
- Time and materials contract type can lead to cost overruns if not meticulously managed.
- Limited transparency into the specific metrics for success and performance evaluation.
- Geographic limitation to Pennsylvania may not address the needs of veterans nationwide.
Positive Signals
- Addresses a critical and sensitive area of veteran care: suicide prevention.
- Contract is with Neuroflow Inc., a company specializing in digital mental health solutions.
- The award supports the VA's ongoing efforts to improve veteran mental health outcomes.
Sector Analysis
The digital health and mental wellness sector is rapidly expanding, with significant government investment in recent years. This contract fits within the broader category of health IT and specialized healthcare services. Comparable spending benchmarks are difficult to establish precisely due to the niche nature of post-discharge suicide prevention and the sole-source award. However, the overall market for mental health technology solutions is growing, driven by increased awareness and demand for accessible care.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The award to Neuroflow Inc., a single entity, suggests that small business participation was not a primary consideration in this specific procurement. This could mean missed opportunities for small businesses to contribute to this important service area.
Oversight & Accountability
Oversight of this contract will primarily fall under the Department of Veterans Affairs' contracting and program management offices. Accountability measures would be defined within the contract's statement of work and performance metrics. Transparency may be limited due to the sole-source nature of the award; however, the VA is generally subject to public scrutiny and reporting requirements. The Inspector General's office within the VA would have jurisdiction to investigate any potential fraud, waste, or abuse.
Related Government Programs
- VA Mental Health Services
- Veteran Suicide Prevention Programs
- Digital Health Solutions for Healthcare
- Post-Traumatic Stress Disorder (PTSD) Treatment Programs
- Behavioral Health Services Contracts
Risk Flags
- Sole-source award limits competition.
- Time and materials pricing increases cost risk.
- Limited public information on contractor performance history.
- Geographic focus may not serve all veterans in need.
Tags
healthcare, veterans-affairs, mental-health, suicide-prevention, sole-source, time-and-materials, digital-health, definitive-contract, pennsylvania, neuroflow-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.0 million to NEUROFLOW INC. POST DISCHARGE SUICIDE PREVENTION
Who is the contractor on this award?
The obligated recipient is NEUROFLOW 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 $2.0 million.
What is the period of performance?
Start: 2025-04-28. End: 2026-04-27.
What is Neuroflow Inc.'s track record with government contracts, particularly with the VA?
Information regarding Neuroflow Inc.'s specific track record with government contracts, especially with the Department of Veterans Affairs, is not detailed in the provided data. A comprehensive analysis would require accessing federal procurement databases (like FPDS or SAM.gov) to review past awards, performance evaluations, and any history of disputes or issues. Understanding their experience with similar digital health or mental wellness contracts, their performance history, and their capacity to deliver on VA requirements would be crucial for assessing risk and value.
How does the $1.99M contract value compare to similar post-discharge suicide prevention initiatives?
Direct comparison of the $1.99M contract value to similar post-discharge suicide prevention initiatives is challenging without more specific data on the scope of services and the number of veterans served. The sole-source nature of this award also complicates benchmarking, as competitive bids often reveal market pricing. To assess value, one would need to compare the per-veteran cost, the intensity of services provided, and the expected outcomes against other VA or DoD programs focused on mental health support for transitioning service members or veterans. The time and materials pricing structure also introduces variability that makes fixed-price comparisons difficult.
What are the key performance indicators (KPIs) and success metrics for this contract?
The provided data does not specify the key performance indicators (KPIs) or success metrics for this contract. Typically, for a post-discharge suicide prevention service, KPIs might include metrics such as reduction in reported suicidal ideation among participating veterans, engagement rates with the digital platform, successful connection to follow-up care, and ultimately, a decrease in suicide attempts or completions within the target population. The contract's statement of work would detail these metrics, and their achievement would be crucial for evaluating the contractor's performance and the overall effectiveness of the program.
What is the rationale behind the sole-source award for this critical service?
The rationale for a sole-source award, as indicated by 'CT: NOT COMPETED', typically stems from specific justifications outlined in federal acquisition regulations. For this contract, the VA likely determined that only Neuroflow Inc. possessed the unique capabilities, proprietary technology, or existing infrastructure necessary to meet the urgent requirements for post-discharge suicide prevention services. This could be due to specialized software, established patient engagement pathways, or a need for continuity with services already in place. However, sole-source awards require rigorous justification to ensure they are in the government's best interest and that competition was genuinely not feasible or practical.
What is the expected duration and intensity of services provided under this contract?
The contract has a duration of 364 days (approximately one year), with an end date of April 27, 2026. The pricing structure is 'TIME AND MATERIALS' (PT: TIME AND MATERIALS), which means the government pays for the labor hours and materials used, rather than a fixed price for a set deliverable. The intensity of services would be defined by the specific tasks Neuroflow Inc. is contracted to perform, such as providing access to a digital platform, offering telehealth check-ins, facilitating connections to in-person care, or delivering educational content. The total award amount of $1,995,286 suggests a significant level of service delivery over the contract period.
Industry Classification
NAICS: Information › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services › Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: TIME AND MATERIALS (Y)
Evaluated Preference: NONE
Contractor Details
Address: 1601 MARKET ST STE 1500, PHILADELPHIA, PA, 19103
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,918,766
Exercised Options: $5,918,766
Current Obligation: $1,995,286
Actual Outlays: $250,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-04-28
Current End Date: 2026-04-27
Potential End Date: 2026-04-27 00:00:00
Last Modified: 2026-04-07
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.)