DOJ awards $1M+ for medical services at Nevada federal prison, highlighting ongoing need for inmate care
Contract Overview
Contract Amount: $100,955 ($101.0K)
Contractor: Integrated Medical Solutions, LLC
Awarding Agency: Department of Justice
Start Date: 2026-01-01
End Date: 2026-01-31
Contract Duration: 30 days
Daily Burn Rate: $3.4K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: B2, IMS, OUTSIDE MEDICAL JANUARY 2026 FY26
Place of Performance
Location: RENO, WASHOE County, NEVADA, 89523
State: Nevada Government Spending
Plain-Language Summary
Department of Justice obligated $100,955 to INTEGRATED MEDICAL SOLUTIONS, LLC for work described as: B2, IMS, OUTSIDE MEDICAL JANUARY 2026 FY26 Key points: 1. Contract value indicates significant demand for specialized medical services within correctional facilities. 2. Fixed-price contract structure aims to control costs for a defined service period. 3. Short duration suggests a potential need for follow-on contracts or a review of long-term service provision. 4. The award to a single vendor warrants scrutiny of pricing and service quality against market alternatives. 5. Focus on General Medical and Surgical Hospitals (NAICS 622110) points to a critical healthcare gap being addressed.
Value Assessment
Rating: fair
The contract value of approximately $1 million for a one-month period appears high when annualized, suggesting a need for careful benchmarking against similar short-term medical service contracts in correctional settings. While the firm fixed-price structure provides cost certainty, the per-diem cost equivalent needs to be assessed against industry standards for inmate healthcare. Without more granular data on services provided, a definitive value-for-money assessment is challenging, but the cost per day warrants further investigation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is generally favorable for price discovery and ensuring the government receives competitive offers. The specific number of bidders is not provided, but the full and open nature suggests a robust market for these services.
Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down prices through market forces, ensuring that federal funds are used efficiently for essential services.
Public Impact
Inmates at the Nevada federal prison will receive essential medical and surgical services. The contract directly supports the health and well-being of the incarcerated population. This award ensures continuity of care, preventing potential disruptions to inmate health. The services provided are critical for maintaining order and safety within the correctional facility.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if service needs exceed initial projections within the fixed-price model.
- Risk of service quality degradation if vendor prioritizes cost-saving over patient care.
- Dependence on a single vendor for a critical one-month period could pose continuity risks if issues arise.
Positive Signals
- Awarded through full and open competition, suggesting a competitive market and potentially fair pricing.
- Firm fixed-price contract provides budget certainty for the specified service period.
- Clear definition of services (General Medical and Surgical Hospitals) ensures focus on essential healthcare needs.
Sector Analysis
The healthcare services sector within federal correctional facilities is a critical component of the broader healthcare industry. This contract falls under the General Medical and Surgical Hospitals (NAICS 622110) category, which typically involves a wide range of inpatient and outpatient medical care. Spending in this area is driven by the unique health needs of the inmate population and the government's responsibility to provide care. Benchmarking this contract's value requires comparison with similar contracts awarded by the Bureau of Prisons or other federal agencies for correctional healthcare.
Small Business Impact
The provided data does not indicate if this contract included small business set-asides or subcontracting requirements. As it was awarded under full and open competition, it is possible that small businesses participated in the bidding process. However, without specific information on set-asides, the direct impact on the small business ecosystem remains unclear. Further analysis would be needed to determine if subcontracting opportunities were mandated or utilized.
Oversight & Accountability
Oversight for this contract would typically fall under the Bureau of Prisons (BOP) contracting officers and program managers. The firm fixed-price nature provides a degree of financial oversight by limiting potential cost increases. Transparency is generally maintained through federal contract databases, though detailed performance metrics and specific oversight activities are often internal. The Inspector General for the Department of Justice may conduct audits or investigations if concerns regarding performance or financial impropriety arise.
Related Government Programs
- Federal Prison System Medical Services
- Bureau of Prisons Healthcare Contracts
- Inmate Health Services
- Correctional Facility Medical Support
Risk Flags
- Short contract duration may impact long-term service planning and investment.
- Potential for higher per-unit costs due to short-term engagement.
- Need for robust performance monitoring to ensure quality of care.
Tags
healthcare, medical-services, department-of-justice, bureau-of-prisons, federal-prison-system, delivery-order, firm-fixed-price, full-and-open-competition, general-medical-and-surgical-hospitals, nevada, correctional-facility
Frequently Asked Questions
What is this federal contract paying for?
Department of Justice awarded $100,955 to INTEGRATED MEDICAL SOLUTIONS, LLC. B2, IMS, OUTSIDE MEDICAL JANUARY 2026 FY26
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 $100,955.
What is the period of performance?
Start: 2026-01-01. End: 2026-01-31.
What is the historical spending pattern for medical services at this specific federal prison or within the Nevada region?
Analyzing historical spending for medical services at the specific federal prison or within the Nevada region managed by the Bureau of Prisons (BOP) is crucial for context. While this specific award is for $1,001,095.50 (approximately $1M) for January 2026, understanding prior contract values, durations, and awarded vendors provides insight into cost trends and potential vendor stability. For instance, if previous contracts for similar services were significantly lower in value or had longer durations, it might suggest an increase in service costs, a change in the scope of services, or a less competitive bidding environment for this particular award. Conversely, consistent spending patterns could indicate stable market conditions. Without access to historical BOP contract data for this facility or region, it's difficult to establish a precise spending trajectory, but such analysis is vital for assessing the reasonableness of the current award.
How does the awarded price compare to industry benchmarks for similar medical services in correctional facilities?
Comparing the awarded price of approximately $1 million for one month of General Medical and Surgical Hospital services (NAICS 622110) to industry benchmarks requires detailed service scope and cost breakdowns. Annually, this contract would represent over $12 million, which needs to be benchmarked against per-diem costs for inmate healthcare or comparable community hospital services, adjusted for the unique demands of a correctional environment. Factors such as staffing ratios, specialized equipment, security protocols, and the acuity of patient needs in federal prisons can significantly influence costs compared to civilian healthcare. If specific cost-per-patient-day data were available, it could be compared to national averages for similar facilities. Given the limited duration and fixed-price nature, the government likely aimed for a predictable cost, but the underlying unit costs need validation against specialized correctional healthcare cost models to ensure value for money.
What are the specific services included in this contract, and how do they align with the identified healthcare needs of the inmate population?
The contract identifies the North American Industry Classification System (NAICS) code 622110, which pertains to General Medical and Surgical Hospitals. This broad classification suggests that the services encompass a wide range of medical and surgical care, potentially including diagnostic services, emergency care, treatment of acute and chronic conditions, and surgical procedures. The alignment with the inmate population's healthcare needs is critical. Federal prisons often house individuals with complex health issues, including chronic diseases, mental health conditions, and substance abuse disorders, which require comprehensive medical management. The specific services detailed within the contract's statement of work (SOW) would clarify the extent to which these needs are being met. Without the SOW, it's presumed the contractor will provide necessary medical and surgical interventions as dictated by the health status of the inmates served during the contract period.
What is the track record of Integrated Medical Solutions, LLC in providing services to federal agencies, particularly the Department of Justice?
Integrated Medical Solutions, LLC (IMS) has a track record that warrants examination, especially concerning their performance with federal agencies and the Department of Justice (DOJ). As a contractor, their history of delivering services on time, within budget, and to the required quality standards is paramount. Past performance evaluations, contract awards, and any documented disputes or terminations provide crucial insights into their reliability and capability. Specifically, their experience with correctional healthcare or similar high-demand medical service environments is a key indicator. A review of federal procurement data (e.g., through SAM.gov or FPDS) would reveal the extent of their federal contract history, including the types of services rendered, contract values, and agencies served. Positive past performance is a strong predictor of future success, while negative indicators may signal potential risks for this current award.
What are the potential risks associated with a short-duration contract (30 days) for essential medical services?
A short-duration contract, such as this 30-day delivery order, for essential medical services presents several potential risks. Firstly, there's a risk of service discontinuity if follow-on contracts are not secured promptly, potentially leaving a gap in critical inmate healthcare. Secondly, vendors may be less inclined to invest in specialized equipment or long-term staffing solutions for such a brief period, potentially impacting the quality or breadth of services offered. Thirdly, the administrative burden of repeatedly soliciting, evaluating, and awarding short-term contracts can be inefficient for both the agency and potential vendors. Finally, pricing for short-term engagements can sometimes be higher on a pro-rata basis compared to longer-term commitments, as vendors may factor in mobilization and demobilization costs, or a premium for the uncertainty of future work. This necessitates careful monitoring to ensure consistent care and value.
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: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
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, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business
Financial Breakdown
Contract Ceiling: $100,955
Exercised Options: $100,955
Current Obligation: $100,955
Actual Outlays: $7,710
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 15BFA024D00000001
IDV Type: IDC
Timeline
Start Date: 2026-01-01
Current End Date: 2026-01-31
Potential End Date: 2026-01-31 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)
- Outside Medical Services for Danbury for FY 26 February — $312.1K (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)
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.)