VA Awards $2.3M for Wheelchair Transportation Services to Transportation Solution Services LLC
Contract Overview
Contract Amount: $2,297,574 ($2.3M)
Contractor: Transportation Solution Services LLC
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-11-01
End Date: 2025-10-31
Contract Duration: 364 days
Daily Burn Rate: $6.3K/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: WHEELCHAIR TRANSPORTATION SERVICES
Place of Performance
Location: SAINT LOUIS, SAINT LOUIS CITY County, MISSOURI, 63106
State: Missouri Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $2.3 million to TRANSPORTATION SOLUTION SERVICES LLC for work described as: WHEELCHAIR TRANSPORTATION SERVICES Key points: 1. Contract value of $2,297,574.42 for wheelchair transportation. 2. Awarded to Transportation Solution Services LLC by the Department of Veterans Affairs. 3. Procured via a competitive process under Simplified Acquisition Procedures (SAP). 4. Service period runs from November 1, 2024, to October 31, 2025. 5. Special needs transportation focused on Missouri.
Value Assessment
Rating: good
The contract's firm fixed price structure provides cost certainty. Benchmarking against similar specialized transportation contracts would offer further insight into value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under SAP, indicating a competitive process for acquisitions below the simplified acquisition threshold. This method generally promotes price discovery and fair market value.
Taxpayer Impact: The competitive award aims to ensure taxpayer funds are used efficiently for essential veteran transportation services.
Public Impact
Ensures critical transportation for veterans with special needs. Supports access to healthcare appointments and essential services. Provides specialized transport within Missouri. Enhances quality of life for mobility-impaired veterans.
Waste & Efficiency Indicators
Waste Risk Score: 63 / 10
Positive Signals
- Competitive award
- Clear service period
- Fixed price contract
Sector Analysis
This contract falls within the transportation services sector, specifically specialized transport for individuals with disabilities. Spending in this area is crucial for supporting vulnerable populations and ensuring access to essential services.
Small Business Impact
The data does not indicate if small businesses were involved in this specific award, either as prime contractors or subcontractors. Further analysis would be needed to assess small business participation.
Oversight & Accountability
The Department of Veterans Affairs is responsible for overseeing this contract to ensure timely and adequate service delivery. Performance monitoring and quality assurance are key oversight functions.
Related Government Programs
- Special Needs Transportation
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential for service disruption if provider faces issues.
- Limited flexibility for rapid service scaling.
- Dependence on a single provider may reduce future competition.
Tags
special-needs-transportation, department-of-veterans-affairs, mo, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $2.3 million to TRANSPORTATION SOLUTION SERVICES LLC. WHEELCHAIR TRANSPORTATION SERVICES
Who is the contractor on this award?
The obligated recipient is TRANSPORTATION SOLUTION SERVICES 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 $2.3 million.
What is the period of performance?
Start: 2024-11-01. End: 2025-10-31.
What is the benchmark cost for similar wheelchair transportation services in the Missouri region?
Benchmarking similar wheelchair transportation services in the Missouri region requires access to a comprehensive database of government and commercial contracts. Factors like service area, vehicle type, driver qualifications, and service frequency significantly influence pricing. Without specific comparative data, it's challenging to provide an exact benchmark, but the $2.3M award for a one-year contract suggests a substantial need and potentially complex logistical requirements.
What are the key performance indicators (KPIs) for this contract to ensure service effectiveness?
Key performance indicators for this contract likely include on-time performance for scheduled transports, patient safety during transit, vehicle maintenance and cleanliness, and driver professionalism and training. The VA would typically track metrics such as the percentage of appointments reached on time, incident reports (or lack thereof), and client satisfaction surveys to ensure the effectiveness of Transportation Solution Services LLC.
Are there any potential risks associated with relying on a single provider for this specialized transportation need?
Potential risks include service disruptions due to unforeseen provider issues (e.g., financial instability, labor disputes, fleet problems), limited flexibility in scaling services up or down quickly, and a potential reduction in competitive pressure on pricing over time if renewals occur without re-competition. The VA would mitigate these risks through robust contract management, performance monitoring, and contingency planning.
Industry Classification
NAICS: Transportation and Warehousing › Other Transit and Ground Passenger Transportation › Special Needs Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › OTHER TRANSPORT, TRAVEL, RELOCAT SV
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 10432 BAUR BLVD, SAINT LOUIS, MO, 63132
Business Categories: Category Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,297,574
Exercised Options: $2,297,574
Current Obligation: $2,297,574
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C25523D0010
IDV Type: IDC
Timeline
Start Date: 2024-11-01
Current End Date: 2025-10-31
Potential End Date: 2027-10-31 00:00:00
Last Modified: 2026-03-19
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.)