DOJ's $312K medical services contract for Danbury awarded to Integrated Medical Solutions, LLC
Contract Overview
Contract Amount: $312,144 ($312.1K)
Contractor: Integrated Medical Solutions, LLC
Awarding Agency: Department of Justice
Start Date: 2026-02-01
End Date: 2026-02-28
Contract Duration: 27 days
Daily Burn Rate: $11.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: OUTSIDE MEDICAL SERVICES FOR DANBURY FOR FY 26 FEBRUARY
Place of Performance
Location: DANBURY, FAIRFIELD County, CONNECTICUT, 06810
Plain-Language Summary
Department of Justice obligated $312,144.48 to INTEGRATED MEDICAL SOLUTIONS, LLC for work described as: OUTSIDE MEDICAL SERVICES FOR DANBURY FOR FY 26 FEBRUARY Key points: 1. Contract value appears reasonable for a one-month service period. 2. Limited competition due to sole-source award. 3. Risk indicators include short duration and lack of competitive bidding. 4. Performance context is a single month of medical services. 5. Sector positioning is within healthcare services for federal facilities.
Value Assessment
Rating: fair
The contract value of $312,144.48 for one month of medical services is difficult to benchmark without more specific service details. However, considering the nature of providing medical services within a federal facility, the cost per day is approximately $11,148. This rate needs to be compared against similar contracts for correctional facility medical support to determine true value for money. The fixed-price nature of the award provides cost certainty.
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. This approach is typically used when only one vendor can provide the required services, or in urgent situations. The lack of competition means there was no opportunity for price discovery through a bidding process, potentially leading to higher costs than if multiple vendors had competed.
Taxpayer Impact: Taxpayers may not have received the benefit of competitive pricing, as the government did not solicit multiple offers to ensure the best possible price.
Public Impact
Inmates at the Danbury facility will receive necessary medical services. The contract ensures continuity of care within the Bureau of Prisons. Services are geographically focused on Danbury, Connecticut. The contract supports healthcare professionals employed by Integrated Medical Solutions, LLC.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpricing.
- Limited contract duration may indicate a stop-gap measure rather than a long-term solution.
- Sole-source awards can reduce transparency and accountability in procurement.
Positive Signals
- Contract ensures essential medical services are provided to a federal population.
- Fixed-price contract offers budget predictability for the agency.
Sector Analysis
The healthcare services sector for government facilities is a specialized market. Contracts for correctional healthcare often involve unique challenges and requirements. Benchmarking this contract's value would involve comparing it to other contracts providing similar medical and surgical hospital services (NAICS 622110) to federal inmates or within similar institutional settings. The market size for correctional healthcare is substantial, driven by the needs of federal, state, and local correctional systems.
Small Business Impact
This contract was awarded to Integrated Medical Solutions, LLC, and there is no indication of a small business set-aside. The contract details do not specify any subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, unless the prime contractor has its own small business subcontracting goals.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Justice's Bureau of Prisons. Accountability measures would be tied to the performance standards outlined in the purchase order. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal Prison System Medical Services
- Bureau of Prisons Healthcare Contracts
- Inmate Health Services
- General Medical and Surgical Hospitals
Risk Flags
- Sole-source award limits competitive pricing.
- Short contract duration may indicate temporary need or lack of long-term planning.
- Lack of detailed service scope hinders comprehensive value assessment.
Tags
healthcare, department-of-justice, bureau-of-prisons, connecticut, purchase-order, sole-source, medical-services, correctional-facility, firm-fixed-price
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $312,144.48 to INTEGRATED MEDICAL SOLUTIONS, LLC. OUTSIDE MEDICAL SERVICES FOR DANBURY FOR FY 26 FEBRUARY
Who is the contractor on this award?
The obligated recipient is INTEGRATED MEDICAL SOLUTIONS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).
What is the total obligated amount?
The obligated amount is $312,144.48.
What is the period of performance?
Start: 2026-02-01. End: 2026-02-28.
What is the track record of Integrated Medical Solutions, LLC with federal contracts, particularly within correctional facilities?
A review of federal procurement data would be necessary to fully assess Integrated Medical Solutions, LLC's track record. Specifically, one would look for past performance on similar contracts, including their duration, value, and any reported issues or successes. Experience within correctional facilities is particularly relevant, as these environments have unique operational and security demands. Analyzing past performance metrics, such as on-time delivery, quality of service, and adherence to budget, would provide insight into their reliability and capability to fulfill the current contract requirements effectively. Without specific historical data on this contractor's performance, it is difficult to definitively assess their suitability beyond the information provided in this single award.
How does the cost of this contract compare to similar medical service contracts for federal correctional facilities?
Benchmarking this contract's cost requires comparison with similar medical service contracts awarded to other facilities or for different time periods. The contract's value of $312,144.48 for one month translates to a daily rate of approximately $11,148. To assess value for money, this rate should be compared against average daily costs for medical services in comparable federal Bureau of Prisons facilities or state correctional institutions. Factors such as the scope of services (e.g., primary care, specialty care, emergency services, dental), staffing levels, and geographic location can influence costs. A higher or lower rate than benchmarks would warrant further investigation into the specific service delivery model and market conditions.
What are the specific medical services to be provided under this contract?
The provided data indicates the contract is for 'OUTSIDE MEDICAL SERVICES FOR DANBURY FOR FY 26 FEBRUARY' and falls under NAICS code 622110 (General Medical and Surgical Hospitals). However, the specific details of the services are not enumerated. This could range from routine medical care, specialist consultations, diagnostic services, emergency medical treatment, or even transportation for medical appointments outside the facility. Understanding the precise scope is crucial for evaluating the contract's necessity, appropriateness of the price, and the contractor's capability. Without this detail, a comprehensive risk assessment and value analysis is incomplete.
What is the justification for awarding this contract on a sole-source basis?
The data explicitly states the contract was 'NOT COMPETED' and the contract type is 'SOLE SOURCE'. The justification for a sole-source award typically stems from situations where only one responsible source can satisfy the agency's needs. This could be due to unique capabilities, proprietary technology, urgent and compelling circumstances, or a critical need for compatibility with existing systems. For medical services, it might involve a specific provider already integrated into the facility's operations or possessing specialized skills required for a particular inmate population. The Federal Acquisition Regulation (FAR) Part 6 outlines the conditions under which sole-source procurements are permissible. A detailed justification document should exist within the agency's procurement file.
What is the historical spending pattern for outside medical services at the Danbury facility?
To understand the historical spending pattern, one would need to analyze procurement data for the Danbury facility over previous fiscal years. This would involve identifying all contracts awarded for 'outside medical services' or similar categories, noting the contractors, award amounts, contract durations, and whether they were competed or sole-sourced. Examining trends in spending, frequency of awards, and the stability of contractors can reveal patterns. For instance, consistent sole-source awards might suggest a lack of market interest or a reliance on a specific provider. Significant year-over-year increases or decreases in spending could indicate changes in service needs, provider costs, or agency priorities. This historical context is vital for assessing the current contract's place within the facility's overall healthcare budget and procurement strategy.
Industry Classification
NAICS: Health Care and Social Assistance › General Medical and Surgical Hospitals › General Medical and Surgical Hospitals
Product/Service Code: MEDICAL SERVICES › GENERAL HEALTH CARE SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1485 HERITAGE PKWY, MANSFIELD, TX, 76063
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $312,144
Exercised Options: $312,144
Current Obligation: $312,144
Actual Outlays: $225,447
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-02-01
Current End Date: 2026-02-28
Potential End Date: 2026-02-28 00:00:00
Last Modified: 2026-04-07
More Contracts from Integrated Medical Solutions, LLC
- FY25 B2 IMS Comp MED Svcs Sept 25 — $865.7K (Department of Justice)
- Comprehensive Medical Services for USM Inmate Population - January FY 26 — $578.6K (Department of Justice)
- Outside Medical Services for FCI Sheridan for FY26, February — $353.3K (Department of Justice)
- Comprehensive Medical Services FCI Pekin, Illinois. Exercise Option Year 4. FY25 B2 IMS Medical Bills DEC 25 RP# 26-0041 — $293.1K (Department of Justice)
- Comprehensive Medical Services FCI Pekin, Illinois. Exercise Option Year 4. FY25 B2 IMS Medical Bills JAN 25 RP# 26-0064 — $260.5K (Department of Justice)
View all Integrated Medical Solutions, LLC federal contracts →
Other Department of Justice Contracts
- Contractor Owned and Operated Existing Correctional Facility for Approximately 3,500 LOW Security Male Inmates — $794.5M (Cornell Companies, Inc.)
- Detention Services - SAN Diego — $776.9M (THE GEO Group, Inc.)
- CO: Telly Renfroe Award of NEW Task Order Base Year Initial Funding — $616.4M (AT&T Enterprises, LLC)
- TAS 151060 - Services for the Management and Operation of a Contractor-Owned, Contractor-Operated, Correctional Facility for 2,567 Beds in Adams County, Mississippi — $574.3M (Corecivic, Inc.)
- Provide Services for the Management and Operation of a Correctional Facility in Accordance With Rfp-Pcc-0014 — $568.9M (Cornell Companies, Inc.)