DOJ's $2.3M Medical Services Contract with Mayo Clinic Raises Questions on Competition and Value

Contract Overview

Contract Amount: $2,348,371 ($2.3M)

Contractor: Mayo Clinic

Awarding Agency: Department of Justice

Start Date: 2025-09-01

End Date: 2025-09-30

Contract Duration: 29 days

Daily Burn Rate: $81.0K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FY25 B2 MAYO LD - COMP MEDICAL SEP 25 PR 0290 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES *MISSION CRITICAL SERVICES* PRIOR KNOWLEDGE AND CONSENT OF CONTRACTING/ BUSINESS OFFICE

Place of Performance

Location: ROCHESTER, OLMSTED County, MINNESOTA, 55905

State: Minnesota Government Spending

Plain-Language Summary

Department of Justice obligated $2.3 million to MAYO CLINIC for work described as: FY25 B2 MAYO LD - COMP MEDICAL SEP 25 PR 0290 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES *MISSION CRITICAL SERVICES* PRIOR KNOWLEDGE AND CONSENT OF CONTRACTING/ BUSINESS OFFICE Key points: 1. The contract's sole-source nature limits competitive pressure, potentially impacting cost-effectiveness. 2. A high concentration of spending within a single provider warrants scrutiny of pricing and service scope. 3. The short duration (one month) suggests a potential gap-filling or urgent need, but lacks long-term strategic planning. 4. Mission-critical designation highlights the importance of these services to the Bureau of Prisons' operations. 5. Benchmarking against similar medical service contracts is crucial to assess fair pricing. 6. The absence of small business participation is noted, with no set-aside or subcontracting requirements.

Value Assessment

Rating: questionable

The contract value of $2.35 million for a single month of medical services appears high, especially given the lack of competition. Without a competitive bidding process, it is difficult to benchmark the pricing against market rates or similar government contracts. The 'mission critical' designation suggests a high level of necessity, but the cost-effectiveness of this specific award is uncertain. Further analysis of the services provided and comparison to industry standards for general medical and surgical hospitals (NAICS 622110) is needed to determine if taxpayers are receiving good value.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was not competed, indicating a sole-source award. The justification for this approach is not detailed in the provided data, but it implies that only one provider, Mayo Clinic, was considered capable of meeting the requirement. The lack of competition means there were no other bidders to drive down prices or offer alternative solutions, potentially leading to higher costs for the government.

Taxpayer Impact: Sole-source awards limit the government's ability to secure the best possible prices through competitive negotiation, potentially resulting in higher expenditures for taxpayers.

Public Impact

Inmates within the Federal Prison System will benefit from essential medical services provided by Mayo Clinic. The contract ensures the delivery of general medical and surgical hospital services, crucial for inmate health and well-being. Services are geographically concentrated in Minnesota, where Mayo Clinic's facilities are located. The contract supports specialized medical personnel and resources at Mayo Clinic, indirectly impacting the healthcare workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Healthcare sector, specifically for general medical and surgical hospital services (NAICS 622110). The federal government is a significant purchaser of healthcare services, particularly for correctional facilities and the Department of Defense. While specific market size data for federal correctional healthcare is not readily available, the overall US hospital market is substantial. This contract represents a small portion of federal healthcare spending, but its sole-source nature warrants attention within the broader context of government procurement efficiency in this sector.

Small Business Impact

This contract does not appear to include any small business set-aside provisions, nor is there any indication of subcontracting requirements for small businesses. The award to a large, established healthcare provider like Mayo Clinic suggests that small businesses were not actively sought or considered for this particular requirement. This could represent a missed opportunity to support the small business ecosystem within the federal contracting space for medical services.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Justice's Bureau of Prisons contracting and program management officials. As a purchase order, it may have less formal oversight than a larger, more complex contract. Transparency is limited due to the sole-source nature and lack of detailed justification provided. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

healthcare, medical-services, department-of-justice, bureau-of-prisons, federal-prison-system, purchase-order, sole-source, firm-fixed-price, mission-critical, minnesota, mayo-clinic, general-medical-and-surgical-hospitals

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $2.3 million to MAYO CLINIC. FY25 B2 MAYO LD - COMP MEDICAL SEP 25 PR 0290 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES *MISSION CRITICAL SERVICES* PRIOR KNOWLEDGE AND CONSENT OF CONTRACTING/ BUSINESS OFFICE

Who is the contractor on this award?

The obligated recipient is MAYO CLINIC.

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 $2.3 million.

What is the period of performance?

Start: 2025-09-01. End: 2025-09-30.

What specific medical services are included under this 'comprehensive medical services' contract, and how do they align with the typical needs of the federal prison population?

The provided data indicates 'COMP MEDICAL SEP 25 PR 0290 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES *MISSION CRITICAL SERVICES*'. While the JOFOC (Justification for Other than Full and Open Competition) is not included, 'Comprehensive Medical Services' typically encompasses a broad range of care including primary care, emergency services, specialist consultations, diagnostic testing, and potentially surgical procedures. For the federal prison population, these services are critical for managing chronic illnesses, acute conditions, mental health needs, and substance abuse issues. The 'mission critical' designation suggests these services are essential for maintaining the health, safety, and security within the correctional facility, directly supporting the Bureau of Prisons' mandate.

Given the $2.35 million cost for a one-month contract, what is the expected cost per inmate, and how does this compare to historical spending or industry benchmarks for correctional healthcare?

To estimate the cost per inmate, we would need to know the number of inmates served by this contract. Assuming, for example, that this contract serves 1,000 inmates, the cost per inmate would be approximately $2,350 for the month. This figure appears high when compared to general correctional healthcare spending benchmarks, which often aim for lower per-diem or per-inmate costs. However, without knowing the specific services rendered, the acuity of the patient population, or the geographic location's cost of living and medical services, a direct comparison is difficult. The lack of competition further complicates benchmarking, as the government did not solicit bids to establish a competitive price point.

What is the justification for awarding this contract as sole-source to Mayo Clinic, and were any alternative providers or contracting methods considered?

The provided data explicitly states 'CT: NOT COMPETED', indicating a sole-source award. The justification for this is referenced as 'SEE ATTACHED JOFOC'. Without the JOFOC, the specific reasons for not competing the contract remain unknown. Common justifications for sole-source awards include unique capabilities, urgent and compelling needs where only one source can fulfill the requirement, or situations where a specific brand-name item is necessary. It is possible that Mayo Clinic possesses unique facilities, expertise, or a pre-existing relationship deemed essential for these 'mission critical' services. However, the absence of competition means that alternative providers and contracting methods were likely not explored or were deemed unsuitable.

What are the performance metrics and accountability measures in place for this one-month contract to ensure the quality and effectiveness of the medical services provided by Mayo Clinic?

Performance metrics and accountability for this contract would typically be outlined in the contract's Statement of Work (SOW) or the referenced JOFOC. As a purchase order for 'comprehensive medical services' designated as 'mission critical', the Bureau of Prisons would likely monitor service delivery against agreed-upon standards. This could include timeliness of care, availability of services, patient satisfaction (where feasible), and adherence to medical protocols. Accountability would stem from the contract terms, potentially including remedies for non-performance. However, the short duration and sole-source nature might imply a focus on immediate service continuity rather than extensive performance management frameworks typically seen in longer, competed contracts.

How does this $2.35 million expenditure fit into the broader historical spending patterns for medical services within the Federal Prison System or the Department of Justice?

This $2.35 million expenditure for a single month of medical services represents a significant, albeit short-term, investment. To understand its place in historical spending, one would need to examine annual or multi-year budgets for medical services within the Bureau of Prisons (BOP). The BOP consistently spends substantial amounts on healthcare for its inmate population, often through a mix of in-house facilities and contracted services. A single month's cost of this magnitude suggests either a very large inmate population requiring extensive care, or specialized, high-cost services being procured. Without comparative data on previous monthly or annual expenditures for similar services, it's difficult to definitively categorize this as high or low relative to historical trends. However, the 'mission critical' and sole-source nature might indicate an unusual or urgent requirement driving this specific cost.

Industry Classification

NAICS: Health Care and Social AssistanceGeneral Medical and Surgical HospitalsGeneral Medical and Surgical Hospitals

Product/Service Code: MEDICAL SERVICESOTHER MEDICAL 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: 200 1ST ST SW, ROCHESTER, MN, 55905

Business Categories: Category Business, Corporate Entity Tax Exempt, Educational Institution, Higher Education, Hospital, Nonprofit Organization, Not Designated a Small Business, Higher Education (Private), Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $2,348,371

Exercised Options: $2,348,371

Current Obligation: $2,348,371

Actual Outlays: $1,360,237

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-09-01

Current End Date: 2025-09-30

Potential End Date: 2025-09-30 00:00:00

Last Modified: 2026-04-10

More Contracts from Mayo Clinic

View all Mayo Clinic federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending