DOJ's $56.9M medical services contract with Mayo Clinic raises questions on competition and value

Contract Overview

Contract Amount: $56,919 ($56.9K)

Contractor: Mayo Clinic

Awarding Agency: Department of Justice

Start Date: 2025-11-01

End Date: 2025-12-23

Contract Duration: 52 days

Daily Burn Rate: $1.1K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FY26 B2 MAYO LD - MEDICAL TRIPS NOV 25 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES

Place of Performance

Location: ROCHESTER, OLMSTED County, MINNESOTA, 55905

State: Minnesota Government Spending

Plain-Language Summary

Department of Justice obligated $56,919.35 to MAYO CLINIC for work described as: FY26 B2 MAYO LD - MEDICAL TRIPS NOV 25 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES Key points: 1. The contract's value of $56.9 million for a short duration suggests a high per-diem cost. 2. Lack of competition for this significant medical services contract warrants scrutiny. 3. The firm fixed-price structure offers some cost certainty but may not reflect true market value without competition. 4. Performance context is limited due to the short duration and specific nature of medical services. 5. The contract positions Mayo Clinic as a key provider for federal correctional healthcare needs in Minnesota. 6. Potential for cost overruns or suboptimal resource allocation exists due to the sole-source nature.

Value Assessment

Rating: questionable

The contract value of $56.9 million for a 52-day period (November 1, 2025, to December 23, 2025) indicates a daily cost of approximately $1.1 million. This is exceptionally high and suggests a need for detailed justification, especially when compared to typical healthcare service contracts. Without competitive bidding, it is difficult to benchmark the pricing against market rates or assess if the government is receiving value for money. The specific nature of medical services within a correctional facility may involve unique cost drivers, but the absence of comparative data makes a definitive value assessment challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as 'NOT COMPETED,' indicating a sole-source procurement. There is no information provided on the number of bidders or the justification for not seeking competition. Sole-source awards can limit price discovery and potentially lead to higher costs for the government. While there may be specific circumstances justifying a sole-source award for specialized medical services, the lack of transparency regarding the procurement process raises concerns about whether alternative, more cost-effective solutions were considered.

Taxpayer Impact: The lack of competition means taxpayers may be paying a premium for these medical services, as there was no market pressure to drive down costs. This also limits the government's ability to explore innovative or more efficient service delivery models from a wider range of providers.

Public Impact

Incarcerated individuals within the Federal Prison System will receive medical services. The services are delivered at a federal correctional facility in Minnesota. The contract ensures continuity of care for inmates during the specified period. This contract supports specialized medical and surgical care within a secure environment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare sector, particularly within government and correctional facilities, represents a significant area of federal spending. Contracts for medical services are crucial for maintaining the health and well-being of individuals under federal care. The market for these services is often specialized, with established providers like Mayo Clinic playing a key role. Benchmarking this contract's value is difficult without more specific details on the services provided and comparable contracts, especially given the sole-source nature and the unique environment of a correctional institution.

Small Business Impact

There is no indication that this contract involved small business set-asides or subcontracting opportunities. As a sole-source award to a large, established healthcare provider, it is unlikely to have a direct positive impact on the small business ecosystem. Further analysis would be needed to determine if any subcontracting opportunities were mandated or voluntarily pursued by the prime contractor.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Justice's Federal Prison System. Accountability measures would be tied to the terms and conditions of the purchase order, including service delivery standards and reporting requirements. Transparency is limited due to the sole-source nature of the award and the lack of publicly available justification. Inspector General jurisdiction would apply if any concerns regarding fraud, waste, or abuse arise.

Related Government Programs

Risk Flags

Tags

healthcare, medical-services, department-of-justice, federal-prison-system, bureau-of-prisons, mayo-clinic, minnesota, purchase-order, firm-fixed-price, sole-source, correctional-facility, high-value

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $56,919.35 to MAYO CLINIC. FY26 B2 MAYO LD - MEDICAL TRIPS NOV 25 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES

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 $56,919.35.

What is the period of performance?

Start: 2025-11-01. End: 2025-12-23.

What is the specific justification for awarding this medical services contract to Mayo Clinic on a sole-source basis?

The provided data indicates the contract was 'NOT COMPETED,' signifying a sole-source award. A comprehensive justification for such an award is typically required by federal procurement regulations (e.g., FAR Part 6). This justification would need to detail why full and open competition was not feasible or advantageous. Reasons could include the unique capabilities of Mayo Clinic, the urgency of the need, or the unavailability of other sources. Without access to the official Justification for Other than Full and Open Competition (JOFOC), the specific rationale remains unknown. This lack of transparency is a significant concern for assessing the procurement's integrity and value.

How does the per-diem cost of this contract compare to similar medical services provided within federal correctional facilities or other government institutions?

The contract's total value of $56.9 million over a 52-day period equates to a daily cost of approximately $1.1 million. This figure appears exceptionally high when compared to typical per-diem rates for healthcare services, even in specialized settings. Standard per-diem costs in correctional facilities or VA hospitals are generally significantly lower. The high cost could be attributed to the specific, potentially complex, medical and surgical services required, the specialized nature of operating within a secure environment, or potentially inflated pricing due to the lack of competition. A detailed breakdown of services rendered and a comparison with benchmark data from similar government contracts are necessary for a proper assessment.

What are the specific medical and surgical services included in this $56.9 million contract?

The data provided offers a high-level description: 'MEDICAL TRIPS NOV 25 SEE ATTACHED JOFOC FOR COMPREHENSIVE MEDICAL SERVICES.' This suggests the contract covers a range of medical and potentially surgical services required by inmates within the Federal Prison System. However, the exact scope of services is not detailed in the provided snippet and is referenced as being in an attached JOFOC (Justification for Other than Full and Open Competition). Without this detailed scope, it is impossible to fully assess the appropriateness of the contract value or the necessity of a sole-source award. The term 'MEDICAL TRIPS' could imply specialized consultations or procedures requiring external medical expertise.

What is Mayo Clinic's track record in providing medical services to federal correctional facilities?

Mayo Clinic is a globally recognized leader in healthcare, known for its comprehensive medical services and research. While they possess extensive experience in providing high-quality medical care, their specific track record in serving federal correctional facilities is not detailed in the provided data. Federal prison healthcare often involves unique challenges related to security, patient management, and specific health needs of the inmate population. It is important to ascertain if Mayo Clinic has prior experience with these specific demands and a demonstrated history of successful contract performance within similar environments. Their general reputation is strong, but suitability for this specific context requires further investigation.

What are the potential risks associated with awarding a large medical contract on a sole-source basis to a single provider?

Awarding a large contract like this $56.9 million medical services agreement on a sole-source basis carries several risks. Firstly, it eliminates the potential for cost savings that competition typically drives, meaning taxpayers may overpay. Secondly, it reduces the incentive for the contractor to innovate or improve efficiency, as there is no competitive pressure. Thirdly, it can lead to vendor lock-in, making it difficult to switch providers even if performance issues arise or better options become available. Finally, it raises concerns about fairness and transparency in the procurement process, potentially fostering perceptions of favoritism or missed opportunities for other qualified vendors, including small businesses.

How does the duration of this contract (52 days) impact the assessment of its value and the services provided?

The short duration of 52 days for a contract valued at $56.9 million is a significant factor in assessing its value. It implies an extremely high operational tempo or the provision of highly specialized, intensive services within that timeframe. This short period could indicate a temporary or emergency need, a stop-gap measure while a longer-term solution is sought, or perhaps a contract for a specific, limited set of high-cost procedures or consultations ('MEDICAL TRIPS'). The brevity makes it difficult to establish long-term performance metrics or gauge the sustainability of the service model. It also raises questions about why a longer-term, potentially more cost-effective, contract wasn't established if the need is ongoing.

Industry Classification

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

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

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

Financial Breakdown

Contract Ceiling: $56,919

Exercised Options: $56,919

Current Obligation: $56,919

Actual Outlays: $56,719

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-11-01

Current End Date: 2025-12-23

Potential End Date: 2025-12-23 00:00:00

Last Modified: 2026-04-08

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