VA awards $7.8M contract for print, mail, and scan services to Ipsos Public Affairs, LLC
Contract Overview
Contract Amount: $7,810,069 ($7.8M)
Contractor: Ipsos Public Affairs, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-01-23
End Date: 2026-07-22
Contract Duration: 180 days
Daily Burn Rate: $43.4K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PRINT, MAIL AND SCAN SERVICES
Place of Performance
Location: JAMAICA PLAIN, SUFFOLK County, MASSACHUSETTS, 02130
Plain-Language Summary
Department of Veterans Affairs obligated $7.8 million to IPSOS PUBLIC AFFAIRS, LLC for work described as: PRINT, MAIL AND SCAN SERVICES Key points: 1. Contract awarded on a firm-fixed-price basis, indicating predictable costs for the government. 2. The contract duration is 180 days, suggesting a short-term need for these services. 3. Awarded as a delivery order under a larger contract vehicle. 4. The specific Product Service Code (PSC) is not provided, limiting detailed analysis of service scope. 5. The contract was not competed, raising questions about potential cost savings and market engagement.
Value Assessment
Rating: fair
The contract value of $7.8 million for a 180-day period for print, mail, and scan services appears high for the duration. Without more specific details on the volume of services or the scope of work, it is difficult to benchmark against similar contracts. The absence of competition further complicates a value assessment, as there was no market pressure to ensure competitive pricing. The base award amount of $4.3 million suggests a significant portion of the total value was awarded upfront.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when a specific vendor possesses unique capabilities or when urgency dictates a rapid award. The lack of competition means that the Department of Veterans Affairs did not benefit from a bidding process that could have potentially driven down prices or offered a wider range of solutions. The specific justification for the sole-source award is not detailed here.
Taxpayer Impact: Taxpayers may not have received the best possible price due to the absence of competitive bidding. This award method limits the government's ability to explore alternative service providers and potentially achieve cost efficiencies.
Public Impact
Veterans will benefit from the efficient processing of their mail and documents. The services provided will support the administrative functions of the Department of Veterans Affairs. The contract is geographically focused on Massachusetts, where the contractor is located. The contract supports administrative and management consulting services, potentially impacting the VA's operational efficiency.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher costs for taxpayers.
- Limited transparency into the justification for a sole-source award.
- Short contract duration may indicate a temporary need or a precursor to a larger, uncompeted award.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Awarded to a known entity, potentially ensuring continuity of service.
- Supports essential administrative functions for the VA.
Sector Analysis
The administrative management and general management consulting services sector is broad, encompassing a wide range of support functions for government agencies. Contracts in this space often involve tasks such as process improvement, operational support, and information management. The value of this specific contract, at $7.8 million, is moderate within the context of federal IT and administrative services spending. Benchmarking requires detailed understanding of the specific print, mail, and scan volumes and complexities involved.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses, nor does it appear to involve significant subcontracting opportunities for small businesses based on the limited information. The contractor, Ipsos Public Affairs, LLC, is a large business. Therefore, this award does not directly contribute to the government's small business contracting goals.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' contracting officers and program managers. As a delivery order under a larger contract vehicle, the underlying contract vehicle likely has its own oversight mechanisms. Transparency is limited due to the sole-source nature of the award and the lack of detailed public justification. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Administrative Management and General Management Consulting Services
- Printing and Copying Services
- Mail Services
- Document Scanning Services
Risk Flags
- Sole-source award raises concerns about price competition.
- High contract value for a short duration requires scrutiny of service scope and volume.
- Contractor's primary expertise may not align with the core services awarded.
Tags
va, department-of-veterans-affairs, administrative-support, print-mail-scan, sole-source, firm-fixed-price, delivery-order, massachusetts, consulting-services, large-business
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $7.8 million to IPSOS PUBLIC AFFAIRS, LLC. PRINT, MAIL AND SCAN SERVICES
Who is the contractor on this award?
The obligated recipient is IPSOS PUBLIC AFFAIRS, 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 $7.8 million.
What is the period of performance?
Start: 2026-01-23. End: 2026-07-22.
What is the specific scope of work for the print, mail, and scan services, and how does it justify the $7.8 million award value for a 180-day period?
The provided data does not detail the specific scope of work beyond the general categories of 'PRINT, MAIL AND SCAN SERVICES.' To justify the $7.8 million award for a 180-day period, the services would need to encompass a very high volume of printing, mailing, and scanning operations, potentially including complex document handling, secure disposal, and advanced digital conversion processes. Without a detailed statement of work, it is impossible to definitively assess the value proposition. The base award of $4.3 million suggests a significant initial commitment, with the remaining $3.5 million potentially allocated for task orders or options within the short timeframe, further emphasizing the need for high-volume or high-complexity services.
What was the justification for awarding this contract on a sole-source basis instead of competing it?
The data indicates the contract was awarded as 'NOT COMPETED,' signifying a sole-source procurement. Federal regulations permit sole-source awards under specific circumstances, such as when only one responsible source can provide the required supplies or services, or when urgency precludes full and open competition. For this contract, the Department of Veterans Affairs would have had to document a compelling reason, such as unique capabilities possessed by Ipsos Public Affairs, LLC, or a critical, time-sensitive need that could not be met through a competitive process. Without access to the Justification and Approval (J&A) document, the precise rationale remains unknown, but it is a key area for scrutiny regarding potential cost efficiencies missed.
How does the $4.3 million base award compare to the total $7.8 million potential value, and what does this imply for spending patterns?
The contract has a base award of $4,338,900 and a total potential value of $7,810,069.07. This means that approximately 55.5% of the total contract value is guaranteed upfront, with the remaining 44.5% ($3,471,169.07) being optional or subject to future tasking within the 180-day period. This structure suggests that while there is a significant baseline requirement, there is also flexibility for the VA to scale services up or down based on evolving needs. It could also indicate that the full scope of services might not be definitively known at the time of award, or that the contractor is being compensated for capacity availability. This spending pattern warrants monitoring to ensure the optional funds are utilized judiciously and are truly necessary.
What is the track record of Ipsos Public Affairs, LLC in providing similar print, mail, and scan services to the federal government?
Ipsos Public Affairs, LLC is primarily known for its market research, public opinion polling, and consulting services. While they may have capabilities in managing large-scale data and communications, their core business is not typically associated with direct provision of print, mail, and scan services on the scale suggested by this contract's value. A review of their federal contract history would be necessary to determine their experience in executing such operational services. If this contract represents a significant departure from their usual offerings, it could introduce performance risks that were not adequately mitigated during the sole-source justification process.
What are the potential risks associated with a sole-source award of this magnitude for administrative support services?
The primary risk associated with a sole-source award of this magnitude is the potential for inflated pricing due to the lack of competitive pressure. Without competing vendors, there is less incentive for the awarded contractor to offer the most cost-effective solution. Additionally, sole-source awards can limit the government's access to innovative solutions or specialized expertise that might be available from other market participants. There's also a risk that the justification for the sole-source award may not be robust, potentially indicating a lack of due diligence in exploring competitive options. This can lead to suboptimal value for taxpayer dollars and may set a precedent for future non-competitive procurements.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 301 MERRITT 7, NORWALK, CT, 06851
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $7,810,069
Exercised Options: $7,810,069
Current Obligation: $7,810,069
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C24E20D0019
IDV Type: IDC
Timeline
Start Date: 2026-01-23
Current End Date: 2026-07-22
Potential End Date: 2026-07-22 00:00:00
Last Modified: 2026-01-21
More Contracts from Ipsos Public Affairs, LLC
- Tricare Patient Experience Surveys — $35.2M (Department of Defense)
- Services to Provide Consultation and Survey Program Management Support to Assist in the Development, Administration, Analysis and Reporting on Surveys of DOD Beneficiaries WHO Receive Outpatient Care AT Military Treatment Facilities and Through Tricare Purchased Care and Non-Network Providers — $35.1M (Department of Defense)
- Patient Satisfaction Surveys — $20.9M (Department of Veterans Affairs)
- Ongoing Assessment of Covid-19 and Influenza Vaccination Receipt and Related Knowledge — $2.8M (Department of Health and Human Services)
- Print, Mail and Scan Services — $2.7M (Department of Veterans Affairs)
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.)