VA awards $19.8M animal research support contract to University of Arizona, a sole-source procurement
Contract Overview
Contract Amount: $19,799 ($19.8K)
Contractor: University of Arizona
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-07-01
End Date: 2026-06-30
Contract Duration: 364 days
Daily Burn Rate: $54/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: R&D
Official Description: ANIMAL RESEARCH VET AND HUSBANDRY SERVICE ORDERING VEHICLE CONTRACT FOR ALL SAVAHCS RESEARCH
Place of Performance
Location: TUCSON, PIMA County, ARIZONA, 85723
State: Arizona Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $19,799.15 to UNIVERSITY OF ARIZONA for work described as: ANIMAL RESEARCH VET AND HUSBANDRY SERVICE ORDERING VEHICLE CONTRACT FOR ALL SAVAHCS RESEARCH Key points: 1. Contract awarded on a sole-source basis, limiting competitive pricing benefits. 2. Focus on research and development services suggests a specialized need. 3. The contract duration of one year indicates a short-term or bridge requirement. 4. Firm fixed-price contract type provides cost certainty for the VA. 5. No small business set-aside was utilized for this procurement. 6. The contract falls under the Research and Development sector.
Value Assessment
Rating: fair
The contract value of $19.8 million for a one-year period for animal research and husbandry services appears substantial. Without specific benchmarks for similar sole-source contracts or detailed service breakdowns, a precise value-for-money assessment is challenging. However, sole-source procurements often carry a higher risk of inflated pricing due to the lack of competition. The University of Arizona's role as a research institution suggests potential for specialized expertise, but this does not inherently guarantee competitive pricing.
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 justification for a sole-source award typically involves a unique capability or circumstance that only one vendor can fulfill. The absence of competition means that the VA did not benefit from the price discovery and potential cost savings that a competitive bidding process would typically provide. This approach can be justified in specific research scenarios but warrants scrutiny regarding market research and justification.
Taxpayer Impact: Taxpayers may not have received the best possible price due to the lack of competitive bidding. The absence of competition means that the government could not leverage multiple offers to drive down costs.
Public Impact
The University of Arizona will benefit from this contract by providing essential research support services. The contract supports critical animal research and husbandry services for the Department of Veterans Affairs. The geographic impact is primarily within Arizona, where the University of Arizona is located. This contract will likely sustain or create jobs related to scientific research and animal care at the University of Arizona.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and potential cost savings for taxpayers.
- Lack of transparency in the justification for sole-source award.
- Potential for cost overruns if not closely managed due to lack of competitive pressure.
Positive Signals
- Firm fixed-price contract provides cost certainty for the awarded amount.
- University of Arizona is a known research institution, suggesting potential for specialized expertise.
- Contract supports critical VA research initiatives.
Sector Analysis
This contract falls within the Research and Development (R&D) sector, specifically under NAICS code 541715 for Research and Development in the Physical, Engineering, and Life Sciences. This sector is characterized by innovation and specialized scientific services. The market for animal research support can be niche, often involving academic institutions or specialized contract research organizations. Benchmarking comparable spending would require identifying other sole-source or competitively awarded contracts for similar R&D support services within federal agencies, which can be challenging due to the specialized nature of the work.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. As a sole-source award to a large research institution, the direct impact on the small business ecosystem is likely minimal. However, the University of Arizona may engage small businesses as subcontractors for specific goods or services, though this is not explicitly detailed.
Oversight & Accountability
Oversight for this contract will be managed by the Department of Veterans Affairs. As a sole-source award, there may be heightened scrutiny on the justification and execution to ensure fair pricing and performance. Transparency regarding the specific justification for the sole-source award and ongoing performance metrics would be key areas for oversight. Inspector General jurisdiction would apply if any issues of fraud, waste, or abuse arise.
Related Government Programs
- VA Research and Development Contracts
- Animal Research Support Services
- University Research Partnerships
- Life Sciences R&D Contracts
Risk Flags
- Sole-source procurement
- Lack of competitive bidding
- Potential for higher pricing due to no competition
Tags
research-and-development, veterans-affairs, arizona, sole-source, firm-fixed-price, delivery-order, animal-research, husbandry-services, university-contractor, r&d-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $19,799.15 to UNIVERSITY OF ARIZONA. ANIMAL RESEARCH VET AND HUSBANDRY SERVICE ORDERING VEHICLE CONTRACT FOR ALL SAVAHCS RESEARCH
Who is the contractor on this award?
The obligated recipient is UNIVERSITY OF ARIZONA.
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 $19,799.15.
What is the period of performance?
Start: 2025-07-01. End: 2026-06-30.
What is the specific justification provided by the VA for awarding this contract on a sole-source basis to the University of Arizona?
The provided data indicates the contract was 'NOT COMPETED,' signifying a sole-source award. While the specific justification is not detailed in the abbreviated data, sole-source awards are typically granted when only one responsible source is available or capable of meeting the agency's needs. For research contracts, this often relates to unique capabilities, specialized equipment, proprietary knowledge, or a critical need for continuity with an existing research project where a transition to another contractor would be impractical or detrimental. The VA would have a formal justification document outlining these reasons, which is usually made public or available upon request, detailing why competitive bidding was not feasible or advantageous in this instance.
How does the $19.8 million contract value compare to similar animal research and husbandry service contracts awarded by the VA or other federal agencies?
Comparing this $19.8 million contract value requires access to a broader dataset of federal procurement information, specifically for animal research and husbandry services, and ideally for sole-source awards. Without direct comparative data, it's difficult to definitively state if this value is high or low. However, the value suggests a significant scope of work over the one-year period. Sole-source contracts can sometimes be priced higher than competitively awarded ones due to the lack of market pressure. To perform a robust comparison, one would need to identify contracts with similar service descriptions (e.g., veterinary care, animal facility management, research support) and contract types (firm fixed-price) awarded by agencies like NIH, USDA, or DoD, and analyze their values relative to duration and scope.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract to ensure the quality of animal research and husbandry services?
The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. However, for a contract of this nature supporting animal research, typical KPIs would likely include adherence to animal welfare regulations (e.g., Animal Welfare Act, PHS Policy), timely provision of veterinary care, maintenance of animal housing and environmental conditions, accurate record-keeping, and support for research protocols. SLAs might cover response times for veterinary emergencies, availability of research support staff, and successful execution of husbandry tasks. The contract's performance work statement (PWS) would detail these requirements, and the VA would monitor performance against them, potentially through contract quality assurance surveillance plans.
What is the track record of the University of Arizona in performing similar federal contracts, particularly for the Department of Veterans Affairs?
The University of Arizona, as a major research institution, likely has a history of performing various research and service contracts with federal agencies, including the Department of Veterans Affairs. To assess their track record specifically for this type of service, one would need to examine historical contract awards to the University of Arizona. This would involve looking at contract databases for past performance on similar projects, including contract values, durations, and any reported performance issues or successes. A positive history of successful contract completion, particularly with the VA, would lend confidence to their ability to perform this current order, although the sole-source nature still warrants careful oversight.
Given the sole-source nature, what measures are in place to ensure the University of Arizona is providing cost-effective services and not overcharging the VA?
Since this is a sole-source contract, the VA relies heavily on the initial justification for the award and ongoing oversight to ensure cost-effectiveness. Measures typically include a thorough review of the contractor's proposed pricing against independent government cost estimates or historical pricing data, if available. The firm fixed-price (FFP) contract type itself provides a degree of cost control, as the contractor is obligated to perform the specified work for the agreed-upon price. The VA's contracting officer and technical monitors would be responsible for ensuring that the scope of work is adhered to and that no unallowable costs are incurred. Any significant deviations or potential cost increases would require formal modification and justification.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Scientific Research and Development Services › Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Product/Service Code: RESEARCH AND DEVELOPMENT › N – Health R&D Services
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Arizona Board of Regents
Address: 845 N PARK AVE RM 538, TUCSON, AZ, 85721
Business Categories: Category Business, Educational Institution, Government, Higher Education, Higher Education (Minority Serving), U.S. National Government, Not Designated a Small Business, Higher Education (Public), U.S. Regional/State Government
Financial Breakdown
Contract Ceiling: $19,799
Exercised Options: $19,799
Current Obligation: $19,799
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C26225D0021
IDV Type: IDC
Timeline
Start Date: 2025-07-01
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-12
More Contracts from University of Arizona
- Next Generation Space Telescope Nircam the Contractor Shall Provide the Personnel, Services, Materials, Equipment, and Facilities Needed to Manage and Perform Phases a Through E of the Selected Near-Infrared Camera (nircam) Instrument Flight Investigation. the Contractor IS Responsible for Ensuring That ALL the Requirements in the Contract ARE MET. the Contractor Shall Perform the Following Activities Within Each Phase: Phase A: the Contractor Shall Define the Nircam Science Investigation, Science Payload, and Mission Operations and Data Systems. the Contractor Shall Document ITS Findings and Conclusions in a Concept Study Report That IT Shall Prepare and Deliver to the Government. the Contractor Shall Define and Refine ITS Education and Public Outreach Plan During Phase a. Phases B-D: the Contractor Shall Design, Analyze, Develop, Fabricate, Calibrate, Integrate, Test and Deliver the Nircam Science Instrument to National Aeronautics and Space Administration (nasa) Goddard Space Flight Center's (gsfc) James Webb Space Telescope (jwst) Project. the Contractor Shall Also Plan and Prepare for the Mission Operations Phase During Phases B-D. This Shall Include Developing an Operations and Calibration Strategy, Defining and Planning the Guaranteed Time Observations (GTO) Science Program, Preparing and Testing Ground Software in Collaboration With the Science and Operations Center, and Participating in Mission Simulations. the Contractor Shall Execute ITS Education and Public Outreach (E/PO) Plan During Phases B-D. Phases E: the Contractor Shall Provide the Necessary Personnel, Services, Materials, Equipment, and Facilities Needed to Perform Mission Operations and Data Analysis (mo&da) Activities. the Contractor Shall Direct the Execution of ITS GTO Science Program During Phase E. the Contractor Shall Continue to Execute ITS E/PO Plan During Phase E — $486.7M (National Aeronautics and Space Administration)
- Osiris - REX Asteroid Sample Return Mission. 1.1 Osiris - REX Deputy Principal Investigator, Heather Enos, Osiris - REX Business Manager, DR. Drake and DR. Lauretta Will Have the Overall Responsibility for the Development and Delivery of the Osiris - REX Phase a Concept Study Report. the Concept Study Report Must Meet the Requirements Delineated in Part II of the Statement of Work. 1.2 the Concept Study Report (CSR) Will Include, BUT NOT Limited to, Proposed Level 1 Science Requirements, Criteria for Full Mission Success Satisfying the Baseline Science Mission and Criteria for Minimum Mission Success Satisfying the Threshold Science Mission. 1.3 the UA Management Team Will Work Closely With the Gsfc and LM Management Teams to Refine the Proposed Osiris - REX Mission Costs. the UA Management Team Will Work Closely With Gsfc Project Management and LM to Assess the Robustness and Feasibility of the Cost and Schedules. the UA Management Team Will Have the Lead for the Cost Section of the Report. 1.4 the UA Management Team Will Provide Support in the Development of Required International Agreements Such AS Technical Assistance Agreements and Itar Licenses. 1.5 the UA Management Team Will Oversee the Phase a Contract With Instrument Lead, DR. Phil Christensen, ASU. 1.6 the UA Management Team Will Provide Inputs and Validation Support to the Gsfc Integrated Master Scheduler. 1.7 Deputy PI, DR. Lauretta, Will Lead the Development of the E/PO and Student Collaboration Plans. 1.8 the University of Arizona (UA) Will Support the Osiris-Rex Site Visit AT Lockheed Martin, Littleton, CO — $132.5M (National Aeronautics and Space Administration)
- Near Earth Object Surveillance Mission — $48.8M (National Aeronautics and Space Administration)
- THE Origins Spectral Interpretation Resource Identification Security-Regolith Explorer (osiris-Rex) Mission's Primary Goal IS an Earth Return of Regolith Sample From a Type-B Near Earth Object (NEO) Asteroid. the Osiris-Rex Mission Will Gather This Sample Through a Spacecraft Consisting of a Science Instrument Suite, a Touch-And-Go Sample Acquisition Mechanism (tagsam) and a Sample Return Capsule (SRC). the Spacecraft Will Rendezvous With the NEO, Observe, Characterize and MAP the Asteroid, and Finally Descend, Perform a Touch-And-Go Maneuver, Retrieve a Regolith Sample and Depart From the Asteroid. the Osiris-Rex Spacecraft Will Then Navigate Back Towards Earth and Jettison the SRC for a Landing in the Utah Desert. the Objectives of the Mission ARE to Understand the Origins of Planetary Materials and the Initial Stages of Planetary Formation; Identify the Sources of Organic Compounds and Other Prebiotic Chemicals That Contributed to the Emergence of Life on Earth; Explore a NEO to Gain a Greater Understanding of Potential Resources; and Enable the Long Term Prediction of the Dynamics of Neos That Pose an Impact Hazard to Earth. Ocams IS a Suite of Three Imagers With an Interface and Housekeeping Electronics Assembly Optimized to Support the Osiris-Rex Mission. Each Imager Covers a Specific SET of Operational or Scientific Requirements Spanning the Period From Asteroid Initial Acquisition During Cruise to the Documentation of the Sampling Head After Acquisition. Each Imager Although Targeted for a Specific SET of Observations Does Have the Capability of Backing UP the KEY Assignments of the Other Imagers Under Modified Operational Conditions Improving the Robustness of the System. Ocams Will BE Designed, Built, and Tested to the Requirements Spelled OUT Under Nasa NPR 8705.4 for a Class B Mission and Payload. Additionally the Instrument Will Also Comply With the Requirements in the Gsfc Gold Rules AS Well AS the Agreed to Goddard Mission Assurance Requirements for the Corresponding Risk Classification. the Scope of Work Shall Include, BUT NOT BE Limited, to the Following: 1. Manage the Ocams Team Through Phase B/C/D of the Osiris-Rex Mission. 2. Define the Requirements for, Design, Develop, Fabricate, Integrate, Test, and Deliver a Flight Qualified Osiris-Rex Camera System to Meet the Requirements for Ocams Consistent With Level-1 Requirements. 3. Generate the Deliverables AS Defined in the Deliverable List. 4. Validate the Performance of the Instrument in Agreement With Level 1 and Mission Requirements. 5. Implement an Organized System Safety and Mission Assurance Program in Accordance With the Osiris-Rex Mission Assurance Requirements (MAR) and Generate a Mission Assurance Implementation Plan (maip). 6. Develop and Deliver the Contract Data Requirements AS Defined in the Instrument Deliverable List (cdrl). 7. Establish, Implement and Maintain the Required International Traffic in Arms Regulations (itar) and Export Control Documentation Necessary for Working With ANY International Team Members. 8. Provide Support for ALL Integration, Ground Testing, and End-To-End System Test Support Involving the Camera. 9. Support the Development of the Ocams Standard Data Processing Pipeline Software Tools for the Spoc. 10. Provide Flight System Operator and Engineering Training for Flight Operations of Ocams. 11. Provide Flight Operations Engineering Support for the Spoc and Flight System for 30 Days After Launch. 12. Present and Participate in the Osiris-Rex Mission Design Review, the Mission Level Preliminary Design Review, and the Mission Level Critical Design Review. 13. Support Combined Spacecraft and Ground System Testing, Osiris-Rex End-To-End Testing and Instrument Operations Planning Before Launch. 14. Support Instrument Flight Operations and Planning for the First 30 Days After Launch — $39.1M (National Aeronautics and Space Administration)
- THE Gal-Xgal U-Ldb Spectroscopic-Stratospheric Terahertz Observatory (gusto) IS Proposed Jointly by the University of Arizona (UA) and the Johns Hopkins University Applied Physics Laboratory (APL) in Response to Nasa's Second Stand Alone Missions of Opportunity Notice (salmon 2) Program Element Appendix (PEA) N (nnh12zda006o-Apexmo2) AS an Astrophysics Explorer Mission of Opportunity. the Nasa Explorers Program Office IS the Projects Lead Organization. the University of Arizona Will Design and Develop the Scientific Payload. the Johns Hopkins University Applied Physics Laboratory (APL) Will Design and Develop the Balloon-Borne Gondola and Will Perform Day-To-Day Project Management in Accordance With the Leadership of the University of Arizona PI. the University of Arizona Shall Provide the Necessary Personnel, Materials, Equipment, and Facilities to Produce the Gusto Phase a Concept Study Report (CSR) That Encompasses: 1. Principal Investigator Program Office. 2. Instrument System Engineering, Including Instrument Mission Assurance. 3. Design of a Flight Qualified Gusto Instrument Meeting Mission and Science Requirements. 4. Develop Plans in Support of Integration and Test of the Gondola-Instrument Flight System. 5. Develop Plans in Support of Essential Field Operations 6. Develop Plans in Support of Launch Operations, Flight Operations and Possible Recovery. 7. Develop Plans for and Lead the Gusto Science Investigation, AS Well AS the Generation of Resulting Data Products. the University of Arizona Shall Brief the Gusto Science and Science Implementation Plan AT the Phase a Site Visit. the UA Shall Support Planning Meetings, Working Groups, Reviews and Other Meetings AT Nasa, University of Arizona and Other Locations AS Required. the University of Arizona Shall Provide an Organization Chart Defining UA Roles and Responsibilities, Reporting Procedures, and Lines of Authority. Participate in Defining the Relationships Between the UA and APL Gusto Project Office and the PI Program Office AT University of Arizona, the Nasa Balloon Program Office and Nasa Explorer Program Office — $25.6M (National Aeronautics and Space Administration)
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.)