Peace Corps awards $1.05M for anonymous sexual assault hotline services to Magellan Federal, Inc
Contract Overview
Contract Amount: $104,720 ($104.7K)
Contractor: Magellan Federal, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-12-10
End Date: 2026-05-15
Contract Duration: 156 days
Daily Burn Rate: $671/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: GLOBAL ANONYMOUS SEXUAL ASSAULT HOTLINE SERVICES (PCSAVES) PEACE CORPS
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20004
Plain-Language Summary
Department of the Interior obligated $104,720 to MAGELLAN FEDERAL, INC. for work described as: GLOBAL ANONYMOUS SEXUAL ASSAULT HOTLINE SERVICES (PCSAVES) PEACE CORPS Key points: 1. Contract awarded on a sole-source basis, raising questions about potential cost savings through competition. 2. The contract duration of 156 days suggests a need for immediate service delivery. 3. Services are categorized under 'Other Individual and Family Services,' indicating a focus on support and assistance. 4. The firm fixed-price contract type provides cost certainty for the government. 5. Awarded to a single contractor, Magellan Federal, Inc., without a competitive bidding process.
Value Assessment
Rating: questionable
The contract value of $1,047,200 for approximately 5 months of service appears high, especially given the lack of competition. Without benchmark data for similar hotline services or a competitive bidding process, it is difficult to definitively assess value for money. The absence of competition may have led to a higher price than could have been achieved through an open market solicitation. Further analysis would require understanding the scope of services and comparing them to industry standards.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded as a sole-source purchase order. This means that only one contractor, Magellan Federal, Inc., was solicited for this requirement. The rationale for a sole-source award is not provided, but it typically implies that only one source was available or capable of meeting the agency's needs. The lack of competition limits the government's ability to explore different pricing structures and service models.
Taxpayer Impact: Taxpayers may not be receiving the best possible price due to the absence of competitive bidding. A sole-source award bypasses the opportunity for multiple vendors to offer proposals, which usually drives down costs and improves service offerings.
Public Impact
Provides critical anonymous sexual assault hotline services to individuals, likely Peace Corps volunteers and staff. The services aim to offer support and resources to victims of sexual assault. The geographic impact is primarily focused on individuals associated with the Peace Corps, regardless of their current location. The contract supports a vital social service function, contributing to the well-being of program participants.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential cost savings for taxpayers.
- Lack of transparency regarding the justification for a sole-source award.
- Contract duration is relatively short, raising questions about long-term service continuity planning.
Positive Signals
- Addresses a critical need for victim support services within the Peace Corps.
- Firm fixed-price contract provides budget certainty.
- Awarding to a single entity may streamline service delivery if that entity is highly specialized.
Sector Analysis
This contract falls within the broader 'Other Individual and Family Services' sector, which encompasses a wide range of support services. The specific nature of providing anonymous sexual assault hotline services requires specialized expertise in crisis intervention, victim advocacy, and secure communication. While not a large dollar amount in the context of overall federal spending, it represents a crucial investment in personnel welfare and support infrastructure for the Peace Corps. Comparable spending benchmarks for similar specialized hotline services are difficult to ascertain without more detailed service scope information.
Small Business Impact
There is no indication that this contract involved small business set-asides or subcontracting opportunities. The award was made directly to Magellan Federal, Inc. as a sole-source purchase order, suggesting that small business participation was not a primary consideration in this specific procurement. Further investigation into Magellan Federal's subcontracting plans would be needed to assess any indirect impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Interior's contracting officers and program managers responsible for the Peace Corps. As a purchase order, it is expected to be managed through standard government procurement procedures. Transparency regarding the sole-source justification and performance metrics would be key to assessing accountability. The Inspector General for the Department of the Interior may have jurisdiction for audits or investigations if concerns arise.
Related Government Programs
- Peace Corps Support Services
- Victim Support Programs
- Crisis Intervention Services
- Federal Social Services Contracts
Risk Flags
- Sole-source award raises concerns about competition and potential overpricing.
- Lack of detailed justification for sole-source award.
- High daily cost ($6,710/day) warrants further value analysis.
Tags
peace-corps, sexual-assault-hotline, magellan-federal-inc, department-of-the-interior, sole-source, purchase-order, firm-fixed-price, individual-and-family-services, district-of-columbia, support-services, crisis-intervention
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $104,720 to MAGELLAN FEDERAL, INC.. GLOBAL ANONYMOUS SEXUAL ASSAULT HOTLINE SERVICES (PCSAVES) PEACE CORPS
Who is the contractor on this award?
The obligated recipient is MAGELLAN FEDERAL, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $104,720.
What is the period of performance?
Start: 2025-12-10. End: 2026-05-15.
What is the specific scope of services provided under this contract, and how does it compare to industry standards for sexual assault hotline services?
The provided data does not detail the specific scope of services. However, 'GLOBAL ANONYMOUS SEXUAL ASSAULT HOTLINE SERVICES (PCSAVES)' suggests services include confidential crisis counseling, information and referral, safety planning, and potentially advocacy for individuals affected by sexual assault within the Peace Corps community. Industry standards for such services typically involve 24/7 availability, trained counselors, adherence to privacy regulations (like HIPAA if applicable), and robust data security protocols. Comparing Magellan Federal's offering would require a detailed review of their service level agreements and operational procedures against established best practices in victim support and crisis intervention.
What was the justification for awarding this contract on a sole-source basis, and were any other vendors considered?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' and awarded as a 'PURCHASE ORDER,' strongly suggesting a sole-source or limited-source justification. Federal procurement regulations allow for sole-source awards under specific circumstances, such as when only one responsible source is available or capable of meeting the requirement. Without further documentation (e.g., a Justification for Other Than Full and Open Competition - JOFOC), the specific reason for this sole-source award remains unclear. It is possible that Magellan Federal, Inc. possesses unique qualifications, existing infrastructure, or a pre-existing relationship that the agency deemed essential and irreplaceable, or that the requirement was urgent and only one vendor could meet it in the necessary timeframe. Standard procedures would typically involve market research to confirm the lack of alternatives before proceeding with a sole-source award.
How does the contract value of approximately $1.05 million for 156 days compare to historical spending for similar services by the Peace Corps or other federal agencies?
The contract value of $1,047,200 for a period of 156 days (approximately 5 months) equates to roughly $6,710 per day or about $203,000 per month. This figure appears substantial for hotline services, especially when considering it was awarded sole-source. Without access to historical spending data for the Peace Corps' specific needs in this area or comparable contracts from other agencies providing similar specialized support services (e.g., for federal employees or specific program participants), it is challenging to establish a precise benchmark. However, the absence of competition makes it difficult to ascertain if this represents a fair and reasonable price compared to what might have been achieved through a competitive process. Further analysis would require identifying comparable contracts for crisis support or hotline services within the federal government.
What are the potential risks associated with awarding a critical service like sexual assault hotline support on a sole-source basis?
Awarding critical services like sexual assault hotline support on a sole-source basis carries several risks. Firstly, it eliminates the potential for cost savings that typically arise from competitive bidding, potentially leading to a higher price for taxpayers. Secondly, it reduces the incentive for the sole-source provider to innovate or improve service quality beyond the contract's minimum requirements, as there is no direct competition to outperform. Thirdly, it raises concerns about the availability of alternative providers should the current contractor face performance issues, financial instability, or decide not to pursue future contracts. Finally, the lack of transparency in the justification process can lead to perceptions of favoritism or inefficiency, potentially undermining public trust in government procurement.
What performance metrics or oversight mechanisms are in place to ensure the effectiveness and quality of the services provided by Magellan Federal, Inc.?
The provided data does not specify the performance metrics or oversight mechanisms for this contract. However, standard government contracting practice dictates that contracts, including purchase orders, should include performance standards, quality assurance surveillance plans (QASPs), and defined deliverables. For a service like a sexual assault hotline, key performance indicators (KPIs) might include response times, client satisfaction rates, counselor training and certification, data security compliance, and adherence to reporting requirements. Oversight would typically be conducted by a Contracting Officer's Representative (COR) or a designated government official responsible for monitoring contractor performance against the contract's terms and conditions. The effectiveness of these mechanisms is crucial, especially in a sole-source award scenario, to ensure accountability and service quality.
Industry Classification
NAICS: Health Care and Social Assistance › Individual and Family Services › Other Individual and Family Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Centene Corporation
Address: 2800 S SHIRLINGTON RD STE 350, ARLINGTON, VA, 22206
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $125,664
Exercised Options: $104,720
Current Obligation: $104,720
Actual Outlays: $41,888
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-12-10
Current End Date: 2026-05-15
Potential End Date: 2026-06-15 00:00:00
Last Modified: 2026-04-09
More Contracts from Magellan Federal, Inc.
- Military and Family Life Counseling. Requirement for Worldwide NON Medical Confidential Counseling Services — $1.1B (General Services Administration)
- This Action IS for Sexual Harassment/Assault Response&prevention (sharp) Ready and Resilient Directorate Training (SR2) Support on Behalf of the Headquarters, Department of the Army (hqda) G1, — $172.5M (Department of Defense)
- Other Direct Costs (odcs)for CSF2 Support Igf::cl,Ct::igf — $153.4M (Department of Defense)
- Personal Financial Counselors — $111.7M (Department of the Interior)
- Recovery Care Program Management Support — $77.0M (Department of Defense)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)