VA awards $2.4M for Glucose Monitoring Software to Monarch Medical Technologies, LLC
Contract Overview
Contract Amount: $244,368 ($244.4K)
Contractor: Monarch Medical Technologies, LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-07-01
End Date: 2027-06-30
Contract Duration: 1,094 days
Daily Burn Rate: $223/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: GLUCLOSE MONITORING SOFTWARE AND MAINTENENACE FOR HINES VAMC
Place of Performance
Location: HINES, COOK County, ILLINOIS, 60141
State: Illinois Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $244,368 to MONARCH MEDICAL TECHNOLOGIES, LLC for work described as: GLUCLOSE MONITORING SOFTWARE AND MAINTENENACE FOR HINES VAMC Key points: 1. Contract awarded for essential glucose monitoring software and maintenance. 2. Sole-source award to Monarch Medical Technologies, LLC raises competition concerns. 3. Potential for higher costs due to lack of competitive bidding. 4. IT sector spending on custom computer programming services.
Value Assessment
Rating: questionable
The award amount of $2,443,680 over three years for custom computer programming services is difficult to benchmark without specific details on the software's scope and features. The lack of competition makes a direct pricing assessment challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source procurement, meaning it was not competed. This limits price discovery and may result in a higher cost to the government compared to a competitive process.
Taxpayer Impact: The lack of competition could lead to taxpayers paying more than necessary for this critical software and maintenance.
Public Impact
Ensures continuity of care for veterans relying on glucose monitoring. Potential for increased healthcare costs due to non-competitive award. Highlights reliance on specific vendors for specialized medical IT solutions.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition.
- Lack of price benchmark due to non-competitive nature.
- Potential for cost overruns.
Positive Signals
- Provides essential medical software.
- Long-term contract ensures service continuity.
Sector Analysis
This contract falls under the IT sector, specifically custom computer programming services (NAICS 541511). Spending in this area is significant across government agencies, with a focus on specialized software development and maintenance for critical functions like healthcare.
Small Business Impact
The award was made to Monarch Medical Technologies, LLC, a single entity. There is no indication in the provided data whether this is a small business or if subcontracting opportunities for small businesses were considered or mandated.
Oversight & Accountability
The Department of Veterans Affairs is the contracting and awarding agency. Oversight would typically involve contract management to ensure deliverables are met and costs are justified, especially given the sole-source nature of this award.
Related Government Programs
- Custom Computer Programming Services
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Sole-source award limits competition.
- Potential for inflated pricing.
- Lack of transparency in vendor selection.
- Dependency on a single vendor for critical software.
Tags
custom-computer-programming-services, department-of-veterans-affairs, il, purchase-order, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $244,368 to MONARCH MEDICAL TECHNOLOGIES, LLC. GLUCLOSE MONITORING SOFTWARE AND MAINTENENACE FOR HINES VAMC
Who is the contractor on this award?
The obligated recipient is MONARCH MEDICAL TECHNOLOGIES, 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 $244,368.
What is the period of performance?
Start: 2024-07-01. End: 2027-06-30.
What is the justification for the sole-source award, and was a market research conducted to confirm no other vendors could provide the service?
The justification for a sole-source award is crucial for understanding why competition was bypassed. Agencies must conduct market research to determine if other capable vendors exist. Without this information, it's difficult to assess if the government received the best value and if the sole-source determination was appropriate and truly necessary for this glucose monitoring software.
How does the per-unit cost of this software and maintenance compare to industry benchmarks for similar glucose monitoring solutions, especially considering the lack of competition?
Benchmarking the per-unit cost is challenging due to the sole-source nature of this award. Without competitive bids, it's difficult to establish a fair market price. A thorough analysis would require comparing the contract's pricing structure against publicly available data for similar custom software solutions in the healthcare IT sector, factoring in the specific functionalities and support levels provided.
What are the key performance indicators (KPIs) for this contract, and how will the VA ensure the effectiveness and value of the software and maintenance over its duration?
The effectiveness and value of the software and maintenance will be measured through specific KPIs outlined in the contract. These likely include system uptime, data accuracy, user satisfaction, and timely resolution of issues. The VA's contract management team will monitor these KPIs to ensure Monarch Medical Technologies, LLC meets its obligations and delivers the expected benefits for patient care.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Custom Computer Programming Services
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 36C25224Q0477
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 112 S TRYON ST STE 800, CHARLOTTE, NC, 28284
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
Financial Breakdown
Contract Ceiling: $427,197
Exercised Options: $244,368
Current Obligation: $244,368
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-07-01
Current End Date: 2027-06-30
Potential End Date: 2029-06-30 00:00:00
Last Modified: 2026-04-07
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.)