VA awards $3.3M for temporary staffing, with VIGHTER LLC securing the contract
Contract Overview
Contract Amount: $3,321,667 ($3.3M)
Contractor: Vighter LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-02-17
End Date: 2026-08-16
Contract Duration: 911 days
Daily Burn Rate: $3.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MIXTURE MT RT
Place of Performance
Location: SAN ANTONIO, BEXAR County, TEXAS, 78216
State: Texas Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $3.3 million to VIGHTER LLC for work described as: MIXTURE MT RT Key points: 1. Contract awarded via full and open competition, suggesting a competitive bidding process. 2. The contract duration of 911 days indicates a medium-term need for services. 3. Fixed-price contract type may offer cost certainty for the agency. 4. The award is a delivery order, likely part of a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 5. The agency is the Department of Veterans Affairs, indicating services are for veteran support. 6. The North American Industry Classification System (NAICS) code 561320 points to temporary help services.
Value Assessment
Rating: fair
Benchmarking the value of this $3.3 million contract for temporary staffing is challenging without specific service details or comparable contract data. However, the fixed-price nature suggests an attempt to control costs. The number of offers received (5) provides a baseline for comparison, but the actual value depends heavily on the quality and duration of the temporary staff provided relative to market rates for similar roles within the federal government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. With 5 offers received, there was a moderate level of competition. This suggests that the agency sought to leverage the market to find the best value, and the pricing is likely influenced by the competitive landscape. The number of bidders indicates that the opportunity was visible and attractive to potential vendors.
Taxpayer Impact: A competitive bidding process generally benefits taxpayers by driving down prices and encouraging vendors to offer better value to secure the contract.
Public Impact
The primary beneficiary is the Department of Veterans Affairs, which will receive temporary staffing support. Services delivered will likely include providing personnel to fill short-term or specialized roles within the VA. The geographic impact is focused on Texas, as indicated by the 'ST' and 'SN' fields. Workforce implications include the potential for temporary employment opportunities for individuals seeking short-term federal contracts.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the types of temporary roles and required qualifications makes it difficult to assess if the pricing is truly competitive for the skill sets needed.
- The duration of the contract (911 days) could lead to potential knowledge gaps if temporary staff are not adequately onboarded or if there is high turnover.
- Without knowing the specific service level agreements, it's hard to gauge the performance risks associated with relying on temporary staff.
Positive Signals
- The use of full and open competition suggests an effort to obtain the best possible value and service.
- A fixed-price contract type can provide cost predictability for the agency, mitigating budget overruns.
- The award to VIGHTER LLC, a specific contractor, implies they met the agency's requirements and were selected through a formal process.
Sector Analysis
The temporary help services sector (NAICS 561320) is a significant part of the broader professional, scientific, and technical services industry. Federal agencies frequently utilize temporary staffing to manage fluctuating workloads, fill critical vacancies, or access specialized skills without the long-term commitment of permanent hires. Spending in this sector can vary widely based on agency needs and budget cycles. Comparable spending benchmarks would typically involve analyzing other federal contracts for similar temporary staffing services across different agencies and locations.
Small Business Impact
This contract does not appear to have a small business set-aside designation (SS is false, SB is false). Therefore, the primary focus was on full and open competition. There is no explicit information regarding subcontracting plans for small businesses within this award notice. The impact on the small business ecosystem is neutral, as it was not specifically targeted for small business participation or set-aside.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers. Accountability measures are embedded in the contract terms, including performance standards and payment schedules tied to delivery. Transparency is facilitated by the public availability of contract award data. Inspector General jurisdiction would apply if any fraud, waste, or abuse related to this contract were suspected.
Related Government Programs
- Temporary Staffing Services
- Professional and Technical Services
- Department of Veterans Affairs Contracts
- Federal Workforce Augmentation
Risk Flags
- Potential for performance issues due to reliance on temporary staff.
- Risk of cost increases if contract modifications are required due to evolving needs.
- Limited insight into specific service quality without defined KPIs/SLAs.
Tags
temporary-staffing, staff-augmentation, department-of-veterans-affairs, va, delivery-order, firm-fixed-price, full-and-open-competition, texas, professional-services, naics-561320
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $3.3 million to VIGHTER LLC. MIXTURE MT RT
Who is the contractor on this award?
The obligated recipient is VIGHTER 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 $3.3 million.
What is the period of performance?
Start: 2024-02-17. End: 2026-08-16.
What specific types of temporary positions are being filled under this contract, and what are the associated skill requirements?
The provided data indicates the contract is for 'Temporary Help Services' under NAICS code 561320. However, it does not specify the exact roles or skill sets required. Typically, such contracts could encompass administrative support, IT specialists, healthcare professionals, or other specialized personnel needed to supplement the VA's existing workforce. The absence of this detail makes it difficult to assess the appropriateness of the fixed price or the contractor's ability to deliver the required expertise. Further analysis would require reviewing the detailed statement of work or performance-work statement associated with the delivery order.
How does the awarded amount of $3.3 million compare to historical spending on temporary staffing by the Department of Veterans Affairs?
Comparing this $3.3 million award to historical VA spending on temporary staffing requires access to historical contract databases and analysis tools. Without that specific data, a direct comparison is not possible. However, the VA is a large agency with significant staffing needs, particularly in healthcare and administrative functions. The amount suggests a substantial requirement for temporary personnel over the contract's duration (911 days). To provide context, one would typically look at the average value of similar temporary staffing contracts awarded by the VA in recent years and the total annual spending on such services to determine if this award is within the expected range.
What is VIGHTER LLC's track record with federal contracts, particularly with the Department of Veterans Affairs?
Information on VIGHTER LLC's track record is not detailed in the provided data. A comprehensive assessment would involve searching federal procurement databases (like SAM.gov or FPDS) for past awards, contract performance ratings, and any history of disputes or terminations. Understanding their past performance, especially with the VA or similar agencies, is crucial for evaluating the risk associated with this award. Positive past performance would indicate reliability and competence, while a history of issues might raise concerns about the successful execution of this contract.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this temporary staffing contract?
The provided data does not include specific Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. These are critical components that define the expected quality, timeliness, and effectiveness of the temporary staffing services. Typically, KPIs might include metrics such as fill rates for requested positions, employee retention rates, response times for staffing requests, and client satisfaction. SLAs would outline the consequences for failing to meet these performance standards. Without these details, it is challenging to objectively measure the contractor's performance and ensure the VA is receiving adequate value for its investment.
Given the fixed-price contract type, what is the potential risk of scope creep or cost overruns if unforeseen requirements arise?
In a Firm Fixed Price (FFP) contract, the contractor assumes the risk of cost overruns. However, scope creep remains a potential issue. If the VA's needs evolve beyond the initially defined scope of work, modifications to the contract would be necessary. These modifications, if not carefully managed, could lead to increased costs and potentially negate the benefits of the FFP structure. The contract's duration (911 days) increases the likelihood that requirements might change. Robust change management processes and clear initial scope definition are essential to mitigate these risks.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Employment Services › Temporary Help Services
Product/Service Code: MEDICAL SERVICES › OTHER MEDICAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 11324 SIR WINSTON ST, SAN ANTONIO, TX, 78216
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: $3,321,667
Exercised Options: $3,321,667
Current Obligation: $3,321,667
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36F79721D0117
IDV Type: FSS
Timeline
Start Date: 2024-02-17
Current End Date: 2026-08-16
Potential End Date: 2026-08-16 00:00:00
Last Modified: 2026-01-12
More Contracts from Vighter LLC
- Medical Screening Services — $70.0M (Department of Homeland Security)
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.)