VA awards $3.4M for Special Needs Transportation, extending services with Sol Transportation Inc
Contract Overview
Contract Amount: $3,409,117 ($3.4M)
Contractor: SOL Transportation Inc.
Awarding Agency: Department of Veterans Affairs
Start Date: 2022-11-01
End Date: 2023-10-31
Contract Duration: 364 days
Daily Burn Rate: $9.4K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Transportation
Official Description: GURNEY TRANSPORTATION - EXTEND SVS/INCREASE PRICING
Place of Performance
Location: LONG BEACH, LOS ANGELES County, CALIFORNIA, 90822
Plain-Language Summary
Department of Veterans Affairs obligated $3.4 million to SOL TRANSPORTATION INC. for work described as: GURNEY TRANSPORTATION - EXTEND SVS/INCREASE PRICING Key points: 1. Contract value of $3,409,117.4 for a 364-day period. 2. Competition was full and open after exclusion of sources, indicating a structured procurement process. 3. Risk appears moderate given the established service provider and fixed-price contract. 4. Sector is transportation, specifically specialized services for veterans.
Value Assessment
Rating: good
The contract's fixed-price structure suggests predictable costs. Benchmarking against similar transportation contracts would be needed for a definitive value assessment, but the award amount seems reasonable for specialized services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The 'full and open competition after exclusion of sources' indicates an initial exclusion followed by a broader competition. This method aims for competitive pricing while potentially addressing specific requirements. The price discovery is likely robust due to the open competition phase.
Taxpayer Impact: Taxpayers benefit from competitive pricing achieved through an open bidding process, ensuring funds are used efficiently for essential veteran services.
Public Impact
Ensures continued access to essential transportation for veterans with special needs. Supports the Department of Veterans Affairs' mission to provide comprehensive care. Maintains service continuity, preventing disruptions for beneficiaries.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price creep if contract terms are not strictly managed.
- Dependence on a single provider for specialized services.
Positive Signals
- Ensures service continuity for a vulnerable population.
- Utilizes a competitive procurement process.
- Fixed-price contract limits cost uncertainty.
Sector Analysis
This contract falls within the transportation sector, specifically focusing on specialized services. Spending benchmarks for similar specialized transportation contracts can vary significantly based on geographic location, service complexity, and duration.
Small Business Impact
The data does not indicate if small businesses participated in or benefited from this contract. Further analysis would be required to assess small business inclusion.
Oversight & Accountability
The Department of Veterans Affairs is responsible for overseeing this contract. Standard procurement regulations and contract management practices should ensure accountability and proper service delivery.
Related Government Programs
- Special Needs Transportation
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential for service disruption if provider fails to meet obligations.
- Risk of increased costs if contract scope is not tightly managed.
- Limited visibility into the specific 'special needs' criteria.
- Dependence on a single vendor for a critical service.
Tags
special-needs-transportation, department-of-veterans-affairs, ca, delivery-order, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $3.4 million to SOL TRANSPORTATION INC.. GURNEY TRANSPORTATION - EXTEND SVS/INCREASE PRICING
Who is the contractor on this award?
The obligated recipient is SOL TRANSPORTATION 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 $3.4 million.
What is the period of performance?
Start: 2022-11-01. End: 2023-10-31.
What is the specific definition of 'special needs' for this transportation service, and how does it impact cost?
The definition of 'special needs' is crucial as it dictates the type of vehicles, driver qualifications, and service protocols required. This can include accessibility features, specialized equipment, or specific patient handling. A clear definition ensures appropriate service levels and justifies associated costs, preventing scope creep and ensuring fair pricing against comparable specialized services.
How was the 'exclusion of sources' justified prior to the full and open competition?
The justification for excluding sources prior to full and open competition is critical for understanding procurement integrity. Agencies typically exclude sources based on specific technical requirements, past performance, or unique capabilities. Documenting this rationale ensures that the subsequent open competition was not unduly restricted and that the final award was based on the best overall value.
What performance metrics are in place to ensure the quality and reliability of the transportation services provided?
Effective oversight requires clear performance metrics. For specialized transportation, these might include on-time arrival rates, vehicle maintenance records, driver training compliance, and patient satisfaction surveys. Robust metrics allow the VA to monitor service quality, address deficiencies promptly, and ensure that taxpayer funds are delivering effective and reliable support to veterans.
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: 1555 S. COAST HWY SUITE 120, OCEANSIDE, CA, 92054
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Hispanic American Owned Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,409,117
Exercised Options: $3,409,117
Current Obligation: $3,409,117
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: VA26217D0292
IDV Type: IDC
Timeline
Start Date: 2022-11-01
Current End Date: 2023-10-31
Potential End Date: 2023-10-31 00:00:00
Last Modified: 2026-01-09
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.)