VA awards $8.98M contract for HVAC upgrades, facing limited competition
Contract Overview
Contract Amount: $8,979,330 ($9.0M)
Contractor: Innovative Support Solutions, Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2020-08-24
End Date: 2025-08-20
Contract Duration: 1,822 days
Daily Burn Rate: $4.9K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 5
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: REPLACE AIR HANDLING UNIT AC17 AND AC18
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44106
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $9.0 million to INNOVATIVE SUPPORT SOLUTIONS, INC. for work described as: REPLACE AIR HANDLING UNIT AC17 AND AC18 Key points: 1. Contract value of $8.98M for critical HVAC system replacement. 2. Limited competition raises questions about price discovery and value. 3. Potential risk associated with aging infrastructure and extended contract duration. 4. Sector: Facilities maintenance and upgrades within the healthcare infrastructure.
Value Assessment
Rating: fair
The contract value of $8.98M for replacing two air handling units appears high compared to typical HVAC unit replacement costs. Benchmarking against similar VA or federal contracts for comparable units and scope is needed to confirm value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may have restricted the pool of potential bidders, potentially impacting price discovery and leading to a less competitive outcome.
Taxpayer Impact: The limited competition raises concerns about whether taxpayers received the best possible price for these essential HVAC upgrades.
Public Impact
Ensures continued operation of critical medical facilities by maintaining essential climate control. Potential for improved energy efficiency and reduced maintenance costs with new units. Impacts patient comfort and safety by ensuring reliable air quality and temperature.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- High per-unit cost potential
- Long contract duration
Positive Signals
- Addresses critical infrastructure need
- Firm fixed price contract type
Sector Analysis
This contract falls within the facilities maintenance and construction sector, specifically focusing on HVAC systems crucial for government buildings, particularly healthcare facilities like those operated by the VA. Spending benchmarks for similar HVAC replacement projects vary widely based on unit size, complexity, and location.
Small Business Impact
The contract was not awarded to a small business, as indicated by 'sb': false. There is no information provided on subcontracting opportunities for small businesses within this award.
Oversight & Accountability
The contract was awarded by the Department of Veterans Affairs. Oversight should focus on ensuring the contractor meets performance standards and that the limited competition process was justified and documented appropriately.
Related Government Programs
- Plumbing, Heating, and Air-Conditioning Contractors
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Limited competition may result in higher costs.
- Lack of small business participation.
- Potential for cost overruns if scope expands.
- Aging infrastructure requires careful management during transition.
Tags
plumbing-heating-and-air-conditioning-co, department-of-veterans-affairs, oh, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $9.0 million to INNOVATIVE SUPPORT SOLUTIONS, INC.. REPLACE AIR HANDLING UNIT AC17 AND AC18
Who is the contractor on this award?
The obligated recipient is INNOVATIVE SUPPORT SOLUTIONS, 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 $9.0 million.
What is the period of performance?
Start: 2020-08-24. End: 2025-08-20.
What is the specific justification for excluding other sources in this 'full and open competition after exclusion of sources' award, and how does it ensure best value?
The justification for excluding other sources is critical. Typically, this requires demonstrating that only specific sources can meet the requirement due to unique capabilities, proprietary technology, or urgent needs. Without this justification, the limited competition raises concerns about whether the VA truly explored all viable options to secure the best possible price and technical solution for taxpayers.
How does the $8.98M cost compare to industry benchmarks for replacing two specific air handling units (AC17 and AC18) of the described capacity and complexity?
Benchmarking the $8.98M cost against industry standards for replacing two specific air handling units is essential. Factors like unit capacity (tons/BTU), efficiency ratings, required modifications to ductwork, electrical, and control systems, and installation complexity in an active medical facility all influence cost. A detailed comparison is needed to determine if this price represents fair market value or if it is inflated due to limited competition.
What are the potential risks associated with the 5-year contract duration (2020-2025) for replacing aging air handling units, and are there performance metrics to mitigate these?
A 5-year duration for replacing aging units presents risks including potential for unforeseen equipment failures during the transition, contractor performance variability over time, and the possibility of technology becoming outdated. Robust performance metrics, clear acceptance criteria, and phased payment schedules tied to successful installation and commissioning are vital to mitigate these risks and ensure the VA receives a functional and reliable system.
Industry Classification
NAICS: Construction › Building Equipment Contractors › Plumbing, Heating, and Air-Conditioning Contractors
Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIES › CONSTRUCTION OF BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SEALED BID
Solicitation ID: 36C25019B0060
Offers Received: 5
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 259 E 3RD ST, ELMHURST, IL, 60126
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $8,979,330
Exercised Options: $8,979,330
Current Obligation: $8,979,330
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2020-08-24
Current End Date: 2025-08-20
Potential End Date: 2025-08-20 00:00:00
Last Modified: 2026-02-26
More Contracts from Innovative Support Solutions, Inc.
- EO14042: Covid-19 Safety Protocols — $2.0M (General Services Administration)
View all Innovative Support Solutions, Inc. federal contracts →
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.)