VA awards $2.48M for Nurse Staffing Optimization Platform, contract ends Jan 2027

Contract Overview

Contract Amount: $248,400 ($248.4K)

Contractor: Iron BOW Technologies, LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-08-04

End Date: 2027-01-03

Contract Duration: 517 days

Daily Burn Rate: $480/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: OPTIMIZATION PLATFORM SERVICES FOR NURSE STAFFING FOR SAAS ISSIO SOLUTIONS FEDRAMP

Place of Performance

Location: JAMAICA PLAIN, SUFFOLK County, MASSACHUSETTS, 02130

State: Massachusetts Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $248,400 to IRON BOW TECHNOLOGIES, LLC for work described as: OPTIMIZATION PLATFORM SERVICES FOR NURSE STAFFING FOR SAAS ISSIO SOLUTIONS FEDRAMP Key points: 1. Contract awarded to Iron Bow Technologies, LLC for SaaS-based nurse staffing optimization. 2. The Department of Veterans Affairs is the procuring and awarding agency. 3. This contract falls under the 'Other Computer Related Services' NAICS code. 4. The contract has a Firm Fixed Price type and a duration of 517 days.

Value Assessment

Rating: good

The contract value of $2.48M for a 517-day period appears reasonable for specialized SaaS optimization services. Benchmarking against similar government contracts for IT platforms and staffing solutions would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, suggesting a competitive bidding process. This method generally leads to better price discovery and potentially more favorable pricing for the government.

Taxpayer Impact: The competitive award process aims to ensure taxpayer funds are used efficiently for essential services like nurse staffing optimization.

Public Impact

Improved nurse scheduling and resource allocation within the VA. Potential for enhanced patient care through optimized staffing levels. Modernization of VA's operational support systems. Support for federal IT modernization initiatives.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on software as a service (SaaS) for operational optimization. Government spending in this area is substantial, driven by the need for efficiency and modernization across agencies.

Small Business Impact

While the contract was awarded under full and open competition, there is no specific indication of small business participation in this particular award. Future solicitations could explore opportunities for small business set-asides.

Oversight & Accountability

The Department of Veterans Affairs is responsible for overseeing this contract. Standard government oversight mechanisms, including performance monitoring and contract management, should be in place to ensure successful delivery and value.

Related Government Programs

Risk Flags

Tags

other-computer-related-services, department-of-veterans-affairs, ma, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $248,400 to IRON BOW TECHNOLOGIES, LLC. OPTIMIZATION PLATFORM SERVICES FOR NURSE STAFFING FOR SAAS ISSIO SOLUTIONS FEDRAMP

Who is the contractor on this award?

The obligated recipient is IRON BOW TECHNOLOGIES, 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 $248,400.

What is the period of performance?

Start: 2025-08-04. End: 2027-01-03.

What specific metrics will be used to measure the effectiveness of the nurse staffing optimization platform in improving efficiency and patient care?

The effectiveness will likely be measured through key performance indicators (KPIs) related to nurse scheduling accuracy, overtime reduction, staff utilization rates, and potentially patient outcome data. The contract should define these metrics and reporting requirements clearly to ensure accountability and demonstrate value for taxpayer investment.

What is the VA's strategy for mitigating risks associated with vendor lock-in for this critical SaaS platform?

Mitigation strategies may include ensuring data portability, defining clear exit clauses in the contract, and maintaining internal expertise to manage the platform. The VA should also consider the long-term implications of relying on a single vendor and explore options for competitive re-procurement or alternative solutions in the future.

How does this platform align with the VA's broader IT modernization goals and interoperability standards?

This platform should align by providing modern, cloud-based capabilities that enhance operational efficiency. Ensuring it adheres to federal IT standards, such as FedRAMP, and has robust APIs for integration with other VA systems is crucial for seamless operation and achieving broader modernization objectives.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 36C24125Q0676

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2121 COOPERATIVE WAY STE 500, HERNDON, VA, 20171

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $248,400

Exercised Options: $248,400

Current Obligation: $248,400

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: NNG15SC41B

IDV Type: GWAC

Timeline

Start Date: 2025-08-04

Current End Date: 2027-01-03

Potential End Date: 2027-01-03 00:00:00

Last Modified: 2026-04-08

More Contracts from Iron BOW Technologies, LLC

View all Iron BOW Technologies, LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending