VA awards $3.16M contract for wheelchair and hired car transport, raising questions on competition and value

Contract Overview

Contract Amount: $3,163,885 ($3.2M)

Contractor: Laudan LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2024-02-01

End Date: 2024-12-31

Contract Duration: 334 days

Daily Burn Rate: $9.5K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: BRIDGE CONTRACT FOR WHEELCHAIR AND HIRED CAR TRANSPORTATION SERVICES

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92161

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $3.2 million to LAUDAN LLC for work described as: BRIDGE CONTRACT FOR WHEELCHAIR AND HIRED CAR TRANSPORTATION SERVICES Key points: 1. The contract's value of $3.16 million for transportation services warrants scrutiny regarding cost-effectiveness. 2. The absence of a competitive bidding process suggests potential for overpayment and limited market responsiveness. 3. Risk indicators include the sole-source nature of the award and the lack of performance history for the selected contractor. 4. This contract for special needs transportation serves a critical role for veterans in California. 5. The award falls within the broader category of healthcare support services for the Department of Veterans Affairs.

Value Assessment

Rating: questionable

The total award amount of $3.16 million for transportation services over approximately one year appears high, especially given the 'NOT COMPETED' status. Without a competitive process, it is difficult to benchmark the pricing against market rates or similar contracts. The firm fixed-price structure offers some cost certainty, but the lack of competition prevents an assessment of whether this represents good value for money. Further analysis of the specific services provided and the geographic coverage is needed to make a more definitive value judgment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. The Department of Veterans Affairs selected LAUDAN LLC without soliciting bids from other qualified companies. This approach limits price discovery and may not result in the most cost-effective solution for the government. The rationale for a sole-source award, such as urgency or unique capabilities, would need to be clearly justified to ensure fairness and optimal use of taxpayer funds.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as they bypass the competitive pressure that typically drives down prices. This lack of competition means taxpayers may be paying a premium for these essential transportation services.

Public Impact

Veterans in California requiring wheelchair and hired car transportation services are the primary beneficiaries. The contract ensures the delivery of essential special needs transportation, facilitating access to medical appointments and other critical services. The geographic impact is focused on California, where the services will be rendered. The contract supports local employment through LAUDAN LLC's operations and potentially through subcontracting opportunities.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition raises concerns about potential overpricing and reduced value for taxpayer money.
  • Sole-source awards can limit opportunities for small businesses to compete for government contracts.
  • Limited public information on LAUDAN LLC's track record and capacity for this scale of service.
  • The contract duration of less than a year may indicate a need for a more stable, long-term solution or a placeholder for future competition.

Positive Signals

  • The contract addresses a critical need for special needs transportation for veterans.
  • The firm fixed-price contract provides cost certainty for the duration of the award.
  • The Department of Veterans Affairs is fulfilling its commitment to support veterans' mobility and access to care.

Sector Analysis

This contract falls within the broader healthcare support services sector, specifically focusing on transportation logistics for a government agency. The market for specialized transportation, particularly for individuals with disabilities or specific medical needs, is significant. While precise market size data for government-specific special needs transportation is not readily available, it is a crucial component of healthcare delivery infrastructure. Comparable spending benchmarks would typically involve analyzing other VA or DoD contracts for similar services, but the sole-source nature here makes direct comparison challenging.

Small Business Impact

This contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. The sole-source award to LAUDAN LLC means that other small businesses in the transportation sector did not have an opportunity to bid on this specific contract. This could limit the participation of small businesses in serving the VA's transportation needs through this particular award.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Veterans Affairs contracting officers and program managers. Accountability measures are typically embedded in the contract terms and conditions, including performance standards and payment schedules. Transparency is limited due to the sole-source nature of the award, with less public information available compared to competed contracts. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.

Related Government Programs

  • Department of Veterans Affairs Medical Care Programs
  • Veterans Transportation Service (VTS)
  • Non-Emergency Medical Transportation (NEMT)
  • Government Travel Services

Risk Flags

  • Sole-source award bypasses competitive bidding.
  • Lack of transparency regarding contractor selection justification.
  • Potential for non-competitive pricing.
  • Limited public information on contractor's performance history.

Tags

healthcare, department-of-veterans-affairs, california, purchase-order, special-needs-transportation, sole-source, firm-fixed-price, transportation-services, veterans-affairs, non-competed

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $3.2 million to LAUDAN LLC. BRIDGE CONTRACT FOR WHEELCHAIR AND HIRED CAR TRANSPORTATION SERVICES

Who is the contractor on this award?

The obligated recipient is LAUDAN 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 $3.2 million.

What is the period of performance?

Start: 2024-02-01. End: 2024-12-31.

What is the specific justification for awarding this contract on a sole-source basis to LAUDAN LLC?

The provided data indicates the contract was 'NOT COMPETED' and awarded as a 'PURCHASE ORDER' to LAUDAN LLC. Typically, sole-source awards are justified under specific circumstances outlined in federal acquisition regulations, such as when only one responsible source can provide the required supplies or services, or when there is a compelling urgency. Without further documentation from the Department of Veterans Affairs, the precise justification for bypassing the competitive bidding process remains unclear. This lack of transparency is a concern for ensuring fair and efficient use of taxpayer funds, as competitive processes are generally preferred to ensure best value and pricing.

How does the pricing of this contract compare to similar transportation services procured by the VA or other federal agencies?

Direct comparison of pricing is challenging due to the sole-source nature of this award and the lack of detailed service breakdowns. Without a competitive bidding process, there is no benchmark to assess if LAUDAN LLC's pricing is at fair market value. To conduct a proper comparison, one would need to analyze historical VA contracts for similar special needs transportation services in California, looking at per-mile rates, per-trip costs, and vehicle types. Additionally, benchmarking against contracts from other agencies serving similar populations, like the Department of Defense, could provide context. However, the absence of competition inherently limits the ability to definitively state whether this contract represents good value.

What is LAUDAN LLC's track record and experience in providing specialized transportation services, particularly for government contracts?

The provided data does not include specific details about LAUDAN LLC's track record or experience. As this is a sole-source award, it implies the agency has determined LAUDAN LLC is capable of meeting the requirements. However, for a contract of this value ($3.16 million), a thorough review of the contractor's past performance, financial stability, and capacity to deliver reliable special needs transportation services would be crucial. Publicly available information on LAUDAN LLC's prior government contracts, client testimonials, and operational history would be necessary to fully assess their suitability and mitigate performance risks.

What are the potential risks associated with awarding a contract of this magnitude without competition?

The primary risk associated with awarding a contract of this magnitude without competition is the potential for inflated pricing and reduced value for taxpayer money. Without the pressure of competing bids, the contractor may not be incentivized to offer the most competitive rates. Other risks include potential service quality issues if the contractor is not adequately vetted, and a lack of innovation that might be spurred by a competitive environment. Furthermore, sole-source awards can create perceptions of favoritism and reduce overall transparency in government procurement, potentially undermining public trust.

How does this contract align with the Department of Veterans Affairs' broader mission to provide comprehensive care and support to veterans?

This contract directly aligns with the VA's mission by ensuring that veterans, particularly those with special needs, have access to essential transportation services. Reliable transportation is critical for veterans to attend medical appointments, access rehabilitation services, and maintain their overall well-being. By securing these services, the VA facilitates veterans' ability to receive the care they are entitled to, thereby supporting their health, independence, and quality of life. The focus on wheelchair and hired car transport specifically addresses mobility challenges faced by many veterans.

What is the historical spending pattern for special needs transportation services by the Department of Veterans Affairs, and how does this award compare?

The provided data does not offer historical spending patterns for special needs transportation by the VA. To analyze this, one would need to examine aggregated federal procurement data (like FPDS or USASpending) for similar contract vehicles (e.g., PSCS codes related to transportation) awarded by the VA over previous fiscal years. Understanding the typical volume, value, and competitive landscape of these services would provide context for the current $3.16 million award. Without this historical data, it's difficult to ascertain if this award represents an increase, decrease, or is consistent with past procurement trends for such services.

Industry Classification

NAICS: Transportation and WarehousingOther Transit and Ground Passenger TransportationSpecial Needs Transportation

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRAVEL, LODGING, RECRUITMENT SVCS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: N/A

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 9960 W CHEYENNE AVE, LAS VEGAS, NV, 89129

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $3,163,885

Exercised Options: $3,163,885

Current Obligation: $3,163,885

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2024-02-01

Current End Date: 2024-12-31

Potential End Date: 2024-12-31 00:00:00

Last Modified: 2026-01-20

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending