VA awards $5.86M wheelchair transport contract to Apex Transit Solutions LLC in Ohio
Contract Overview
Contract Amount: $5,860,987 ($5.9M)
Contractor: Apex Transit Solutions LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-08-01
End Date: 2025-07-31
Contract Duration: 364 days
Daily Burn Rate: $16.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: WHEELCHAIR TRANSPORTATION SERVICE
Place of Performance
Location: CLEVELAND, CUYAHOGA County, OHIO, 44103
State: Ohio Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $5.9 million to APEX TRANSIT SOLUTIONS LLC for work described as: WHEELCHAIR TRANSPORTATION SERVICE Key points: 1. Contract awarded for essential wheelchair transportation services, indicating a focus on patient mobility and access to care. 2. The firm-fixed-price contract structure suggests predictable costs for the government. 3. Awarded via full and open competition, this suggests a robust bidding process. 4. The contract duration of one year with potential for renewal aligns with service-based needs. 5. The relatively modest contract value suggests it may be a regional or specialized service. 6. Performance is located in Ohio, indicating a specific geographic focus for service delivery.
Value Assessment
Rating: good
The contract value of $5.86 million for one year of wheelchair transportation services appears reasonable for specialized medical logistics. Benchmarking against similar contracts for patient transport would provide a clearer picture of value for money. The firm-fixed-price structure helps control costs, but the absence of detailed performance metrics makes a definitive value assessment challenging without further data. The award to a single entity suggests a focused approach to service delivery in the specified region.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which implies that while the initial solicitation may have had some exclusions, the final award was made through a competitive process open to all eligible offerors. The specific number of bidders is not provided, but this method generally aims to maximize competition and ensure fair pricing. The exclusion of sources prior to the final award warrants further investigation to understand its justification and potential impact on the competitive landscape.
Taxpayer Impact: This competitive award process is beneficial for taxpayers as it likely led to a more competitive price and a wider range of potential service providers being considered, ultimately driving value.
Public Impact
Veterans in Ohio requiring wheelchair transportation services will benefit from this contract. The contract ensures the delivery of essential transportation services, facilitating access to medical appointments and facilities. The geographic impact is focused on Ohio, specifically serving the needs of veterans within that state. This contract supports the healthcare logistics sector and potentially local employment in transportation services within Ohio.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The 'EXCLUSION OF SOURCES' clause in the competition type requires further scrutiny to ensure it did not unduly limit competition.
- Lack of detailed performance metrics in the provided data makes it difficult to assess the quality and efficiency of the service.
- The specific justification for excluding certain sources needs to be understood to confirm fair competition.
Positive Signals
- Awarded through full and open competition, indicating a commitment to a broad bidding process.
- Firm-fixed-price contract type provides cost certainty for the government.
- The contract addresses a critical need for specialized transportation services for veterans.
Sector Analysis
The healthcare transportation sector is a critical component of the broader healthcare logistics industry, focusing on the safe and timely movement of patients. This contract falls within the specialized niche of non-emergency medical transportation (NEMT), specifically for wheelchair-bound individuals. The market for such services is driven by healthcare provider needs, insurance reimbursements, and government programs like the VA. Spending in this area is often characterized by regional service providers and contracts that prioritize reliability and compliance with medical transport regulations.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside. However, the prime contractor, Apex Transit Solutions LLC, may engage small businesses as subcontractors, which would be detailed in their subcontracting plan, if applicable.
Oversight & Accountability
Oversight for this contract would primarily reside with the Department of Veterans Affairs (VA) contracting officers and program managers. They are responsible for monitoring performance, ensuring compliance with contract terms, and managing payments. The VA has an Office of Inspector General (OIG) that conducts audits and investigations into VA programs and contracts to ensure accountability and prevent fraud, waste, and abuse. Transparency is facilitated through contract award databases, though detailed performance reports are typically internal.
Related Government Programs
- Non-Emergency Medical Transportation (NEMT)
- Veteran Health Services
- Medical Logistics
- Patient Transport Services
Risk Flags
- Potential limitation of competition due to 'Exclusion of Sources'.
- Lack of detailed performance metrics hinders value assessment.
- Need for further data to benchmark pricing against market rates.
Tags
healthcare, veterans-affairs, ohio, transportation, wheelchair-transport, firm-fixed-price, full-and-open-competition, delivery-order, medical-services, patient-transport
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $5.9 million to APEX TRANSIT SOLUTIONS LLC. WHEELCHAIR TRANSPORTATION SERVICE
Who is the contractor on this award?
The obligated recipient is APEX TRANSIT SOLUTIONS 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 $5.9 million.
What is the period of performance?
Start: 2024-08-01. End: 2025-07-31.
What is the track record of Apex Transit Solutions LLC in providing similar transportation services, particularly for government contracts?
Information regarding the specific track record of Apex Transit Solutions LLC in providing wheelchair transportation services, especially for government contracts, is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history with federal agencies, and any reported issues or commendations. Without this, it's difficult to gauge their experience level and reliability for this specific VA contract. Further due diligence would involve searching federal procurement databases and past performance repositories.
How does the awarded price of $5.86 million for one year of service compare to market rates for wheelchair transportation in Ohio?
Benchmarking the $5.86 million contract value against market rates for wheelchair transportation in Ohio requires detailed cost data, such as price per mile, price per trip, and service level agreements. The provided data only offers the total contract value and duration. To assess value, one would need to compare this to average rates charged by other NEMT providers in the region, considering factors like vehicle type, driver qualifications, and service area coverage. The firm-fixed-price nature suggests a negotiated rate, but its competitiveness relative to the market is not immediately apparent from the summary data.
What are the specific performance metrics and service level agreements (SLAs) associated with this contract?
The provided data does not include specific performance metrics or service level agreements (SLAs) for this wheelchair transportation contract. Key performance indicators would typically include on-time arrival rates, patient satisfaction scores, vehicle maintenance records, and compliance with safety regulations. The absence of these details makes it challenging to objectively assess the contractor's performance and the overall effectiveness of the service delivery. A thorough review of the full contract document would be necessary to identify these critical performance standards.
What is the justification for the 'EXCLUSION OF SOURCES' noted in the contract type?
The contract type is listed as 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This designation implies that while the competition was ultimately open, certain sources were excluded at some stage of the process. The justification for such exclusions typically relates to specific requirements, prior performance issues, or unique capabilities needed for the contract. Without further information from the contracting agency (Department of Veterans Affairs), the precise reasons for excluding specific sources remain unclear. Understanding this justification is crucial for assessing the integrity and fairness of the competitive process.
What is the historical spending pattern for wheelchair transportation services by the Department of Veterans Affairs in Ohio?
The provided data focuses on a single contract award and does not offer historical spending patterns for wheelchair transportation services by the VA in Ohio. To analyze historical spending, one would need to examine contract awards over multiple fiscal years for similar services within the specified geographic region. This would involve querying federal procurement databases to identify trends in contract values, number of awards, and incumbent contractors. Such an analysis would help determine if this $5.86 million award represents an increase, decrease, or stable level of spending for these services.
Industry Classification
NAICS: Transportation and Warehousing › Other Transit and Ground Passenger Transportation › Special Needs Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 805 E 70TH ST, CLEVELAND, OH, 44103
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $5,860,987
Exercised Options: $5,860,987
Current Obligation: $5,860,987
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C25023D0065
IDV Type: IDC
Timeline
Start Date: 2024-08-01
Current End Date: 2025-07-31
Potential End Date: 2025-07-31 00:00:00
Last Modified: 2026-01-28
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.)