VA awards $2.1M ambulance services contract to Atlantic/Palm Beach Ambulance Inc. in Florida
Contract Overview
Contract Amount: $2,128,547 ($2.1M)
Contractor: Atlantic/Palm Beach Ambulance Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2022-03-01
End Date: 2027-01-31
Contract Duration: 1,797 days
Daily Burn Rate: $1.2K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: ALS-BLS AMBULANCE SERVICES
Place of Performance
Location: RIVIERA BEACH, PALM BEACH County, FLORIDA, 33410
State: Florida Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $2.1 million to ATLANTIC/PALM BEACH AMBULANCE INC for work described as: ALS-BLS AMBULANCE SERVICES Key points: 1. Contract awarded for ambulance services, a critical component of healthcare delivery. 2. The contract duration spans nearly five years, indicating a long-term need. 3. Awarded under Simplified Acquisition Procedures (SAP), suggesting a focus on efficiency for smaller procurements. 4. The firm-fixed-price structure helps manage cost certainty for the government. 5. Geographic focus on Florida ensures localized service delivery for veterans. 6. No specific small business set-aside was noted, requiring further review of subcontracting plans.
Value Assessment
Rating: good
The contract value of $2.13 million over approximately five years for ambulance services appears reasonable for the scope. Benchmarking against similar regional ambulance contracts would provide a more precise value-for-money assessment. The firm-fixed-price nature of the award suggests predictable costs, which is a positive indicator. However, without detailed service level agreements or performance metrics, a definitive assessment of exceptional value is difficult.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under Simplified Acquisition Procedures (SAP), which typically allows for full and open competition but may involve fewer bidders than larger, more complex procurements. The data indicates one award, but the number of bids received during the SAP process is not specified. The competitive nature, even under SAP, should contribute to fair pricing and market-based rates for the services provided.
Taxpayer Impact: Competition under SAP generally ensures that taxpayer dollars are used efficiently by leveraging market forces to obtain competitive pricing, even for smaller contract values.
Public Impact
Veterans in Florida will benefit from reliable and accessible ambulance services. Ensures timely emergency medical response and transportation for beneficiaries. Supports the healthcare infrastructure within the state of Florida. Potentially supports local employment in the emergency medical services sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific performance metrics in the provided data makes it difficult to assess service quality.
- The absence of explicit small business subcontracting goals warrants further investigation to ensure broader economic impact.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Awarded under a competitive procedure, suggesting market-driven pricing.
- Long-term contract (nearly 5 years) indicates sustained service availability.
Sector Analysis
The healthcare sector, specifically emergency medical services, is characterized by localized operations and significant regulatory oversight. Ambulance services are a vital part of the healthcare continuum, often contracted by government agencies to serve specific populations or geographic areas. Spending in this area is driven by demand for emergency response and patient transportation. Comparable spending benchmarks would typically be found in regional healthcare cost reports or government healthcare spending analyses.
Small Business Impact
The provided data does not indicate if this contract included a small business set-aside. Further investigation into the solicitation documents would be necessary to determine if small businesses were specifically targeted or if subcontracting opportunities were mandated. The absence of this information means the direct impact on the small business ecosystem is currently unknown, though larger prime contractors often have subcontracting requirements.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs (VA). As a purchase order awarded under SAP, the level of formal oversight might be less intensive than for larger, sole-source, or complex contracts. Accountability would be managed through contract performance monitoring and adherence to the firm-fixed-price terms. Transparency is generally facilitated through contract databases, though detailed performance reports may not be publicly available.
Related Government Programs
- Department of Veterans Affairs Medical Care Programs
- Emergency Medical Services Contracts
- Healthcare Services Procurement
Risk Flags
- Potential for price to become uncompetitive over the contract's long duration.
- Lack of detailed performance metrics in summary data.
- Unknown small business subcontracting impact.
Tags
healthcare, department-of-veterans-affairs, florida, purchase-order, competed-under-sap, firm-fixed-price, ambulance-services, emergency-medical-services, medical-transportation
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.1 million to ATLANTIC/PALM BEACH AMBULANCE INC. ALS-BLS AMBULANCE SERVICES
Who is the contractor on this award?
The obligated recipient is ATLANTIC/PALM BEACH AMBULANCE 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 $2.1 million.
What is the period of performance?
Start: 2022-03-01. End: 2027-01-31.
What is the historical spending pattern for ambulance services by the Department of Veterans Affairs in Florida?
Analyzing historical spending for ambulance services by the VA in Florida requires access to detailed procurement data over multiple fiscal years. Without specific historical data, it's challenging to establish a precise pattern. However, it's reasonable to assume that the VA has consistently required ambulance services to support its healthcare facilities and veteran population in the region. The current $2.13 million award over nearly five years suggests a steady demand. Trends might include fluctuations based on facility needs, veteran population growth, and changes in healthcare delivery models. A deeper dive into past contracts, including their values, durations, and awarded contractors, would reveal specific spending trends and potential increases or decreases in demand or cost over time.
How does the pricing of this contract compare to similar ambulance service contracts awarded by other federal agencies or state governments?
Benchmarking the pricing of this $2.13 million contract against similar ambulance service contracts requires access to a broader dataset of federal and state procurements. Factors influencing price include geographic location, service levels (e.g., basic life support vs. advanced life support), response time requirements, and contract duration. If this contract is for standard ambulance services in a moderately populated area of Florida, its price per year (approximately $426,000) should be compared to contracts of similar scope. Without specific comparable data points, it's difficult to definitively state if the pricing is high or low. However, the fact that it was competed under SAP suggests an effort to achieve competitive market rates for a service of this nature.
What are the key performance indicators (KPIs) associated with this contract, and how is performance being monitored?
The provided data does not explicitly list the Key Performance Indicators (KPIs) for this ambulance services contract. Typically, for such services, KPIs would include metrics like response times (e.g., average time to arrive on scene), patient transport times, patient care quality standards, vehicle maintenance and availability, and compliance with medical protocols. Monitoring of these KPIs would likely be conducted by the contracting officer's representative (COR) within the Department of Veterans Affairs. Performance reviews, service reports submitted by the contractor, and potentially site visits or audits would be used to ensure adherence to the contract's requirements and service level agreements. The firm-fixed-price nature implies that the contractor is responsible for meeting these standards within the agreed-upon price.
What is the track record of Atlantic/Palm Beach Ambulance Inc. with federal contracts, particularly with the Department of Veterans Affairs?
To assess the track record of Atlantic/Palm Beach Ambulance Inc. with federal contracts, a review of federal procurement databases (like SAM.gov or FPDS) is necessary. This would reveal past awards, contract performance history, and any reported issues or successes. Specifically for the Department of Veterans Affairs, understanding their history with this contractor would indicate reliability and satisfaction. A positive history suggests the contractor is capable of meeting federal requirements and delivering quality services. Conversely, a history of performance issues, disputes, or contract terminations would raise concerns about their suitability for this current award. Without this specific historical data, it's presumed the contractor was deemed capable based on the competitive award process.
What is the potential risk associated with the duration of this contract (nearly 5 years) and the firm-fixed-price structure?
The nearly five-year duration of this firm-fixed-price contract presents both potential benefits and risks. For the government, the benefit is price stability and reduced administrative burden over a long period. The risk is that market prices for ambulance services could decrease significantly over five years, leading the VA to potentially overpay compared to current market rates towards the end of the contract. Conversely, if costs for the contractor increase substantially (e.g., fuel, labor, medical supplies), they might face financial strain, potentially impacting service quality if not managed carefully. The firm-fixed-price structure shifts the risk of cost overruns to the contractor, which is generally favorable for the government, but it also means the government cannot benefit from potential cost savings if the contractor becomes highly efficient.
Industry Classification
NAICS: Health Care and Social Assistance › Other Ambulatory Health Care Services › Ambulance Services
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C24822Q0235
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1105 BARNETT DR STE D, LAKE WORTH, FL, 33461
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,870,890
Exercised Options: $2,128,547
Current Obligation: $2,128,547
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2022-03-01
Current End Date: 2027-01-31
Potential End Date: 2027-07-31 00:00:00
Last Modified: 2026-01-22
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.)