SSA's $194K BPA for Medical Reviews in Illinois, awarded to James L Greco MD, faces scrutiny over competition
Contract Overview
Contract Amount: $194,320 ($194.3K)
Contractor: James L Greco MD
Awarding Agency: Social Security Administration
Start Date: 2025-07-14
End Date: 2026-06-30
Contract Duration: 351 days
Daily Burn Rate: $554/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS AND MEDICAL
Place of Performance
Location: BERWYN, COOK County, ILLINOIS, 60402
State: Illinois Government Spending
Plain-Language Summary
Social Security Administration obligated $194,319.8 to JAMES L GRECO MD for work described as: BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS AND MEDICAL Key points: 1. The contract's value of $194,319.80 appears moderate for specialized medical review services. 2. Limited competition raises concerns about potential overpricing and reduced value for taxpayer funds. 3. The firm-fixed-price structure provides cost certainty but may not incentivize efficiency. 4. Performance is tied to the agency's disability program, impacting claimant outcomes. 5. The contractor, James L Greco MD, operates within the physician services sector. 6. The contract duration of 351 days suggests a focused, short-term need for these services.
Value Assessment
Rating: questionable
Benchmarking the value of this specific contract is challenging without more detailed service scope and comparable contract data. However, the award to a single provider without a competitive process raises questions about whether the Social Security Administration (SSA) secured the best possible price. The firm-fixed-price nature offers predictability, but the absence of competitive pressure could mean the per-unit cost for case reviews is higher than it might be in a more open market. Further analysis of the specific services rendered and their frequency would be needed for a more precise value assessment.
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 Blanket Purchase Agreement (BPA) Call to James L Greco MD. The data indicates a sole-source award, meaning no other vendors were solicited or considered. This lack of competition limits the agency's ability to explore alternative providers and potentially negotiate more favorable terms or pricing. The rationale for a sole-source award, if any, is not provided in the data.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. This limits the government's ability to ensure it is receiving the best value for its investment.
Public Impact
The primary beneficiaries are claimants within the SSA's disability program who require independent medical reviews. The services delivered involve reviewing disability claim case files to support the agency's decision-making process. The geographic impact is focused on the Mid-West/West Region, specifically Illinois, where the contractor is located. The contract supports the operational capacity of the SSA's disability determination services.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for a sole-source award may result in suboptimal pricing.
- The firm-fixed-price contract might not incentivize the contractor to be maximally efficient.
- Limited transparency into the selection process for this sole-source BPA call.
- Potential for over-reliance on a single provider for critical medical review services.
Positive Signals
- The contract provides specialized medical expertise essential for the SSA's disability program.
- The firm-fixed-price contract offers budget certainty for the agency.
- The contractor is identified, providing a clear point of accountability.
- The contract is for a defined period, allowing for future reassessment of needs and competition.
Sector Analysis
The healthcare services sector, particularly within the 'Offices of Physicians (except Mental Health Specialists)' NAICS code (621111), is vast and diverse. This contract falls into a niche segment focused on administrative and support services for government programs, specifically disability claims processing. Comparable spending in this area can vary widely based on the volume of claims, geographic scope, and the complexity of medical reviews required. Government agencies often contract for such services to supplement internal capacity or access specialized expertise.
Small Business Impact
The provided data indicates that small business participation (ss: false, sb: false) was not a factor in this specific award. There is no indication of small business set-asides or subcontracting requirements associated with this BPA Call. Therefore, this contract does not appear to directly impact the small business ecosystem or provide opportunities for small business subcontractors.
Oversight & Accountability
Oversight for this contract would primarily fall under the Social Security Administration's internal program management and contracting offices. As a BPA Call, it is an order against an existing Blanket Purchase Agreement, implying some level of pre-existing oversight for the BPA itself. Accountability rests with James L Greco MD for delivering the contracted medical review services. Transparency is limited due to the sole-source nature of the award, with no public justification readily available.
Related Government Programs
- Social Security Administration Disability Insurance Program
- Federal Medical Review Contracts
- Independent Medical Examinations
- Government Healthcare Support Services
Risk Flags
- Sole-source award lacks competitive pricing pressure.
- Limited transparency into the justification for sole-source procurement.
- Potential for higher costs due to lack of competition.
- Performance metrics and evaluation criteria not explicitly detailed in summary data.
Tags
social-security-administration, healthcare-services, physician-services, medical-review, disability-claims, blanket-purchase-agreement, sole-source, firm-fixed-price, illinois, mid-west, west-region, contract-award
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $194,319.8 to JAMES L GRECO MD. BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS AND MEDICAL
Who is the contractor on this award?
The obligated recipient is JAMES L GRECO MD.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $194,319.8.
What is the period of performance?
Start: 2025-07-14. End: 2026-06-30.
What is the specific scope of work for the medical reviews performed under this contract?
The contract data describes the work as 'REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS AND MEDICAL'. This indicates that James L Greco MD is tasked with examining case files related to disability claims processed by the Social Security Administration (SSA). The reviews are intended to provide independent medical assessments to aid the SSA in its decision-making process. The exact criteria for review, the depth of analysis required, and the specific types of medical conditions or evidence to be evaluated are not detailed in the provided summary data but would be crucial for understanding the full scope and value of the services.
How does the pricing of this contract compare to similar medical review services procured by the SSA or other federal agencies?
Direct price comparison is difficult without specific unit costs (e.g., cost per case review) and detailed service scopes from other contracts. However, the fact that this contract was awarded sole-source, without competition, raises a red flag regarding potential value for money. Competitive bidding typically drives down prices. If other agencies procure similar services through competitive processes, their per-unit costs might be lower. The firm-fixed-price structure provides cost certainty for the SSA, but it's essential to ensure the fixed price itself is reasonable and reflects market rates, which is harder to ascertain without competitive benchmarks.
What are the key performance indicators (KPIs) or quality metrics used to evaluate the contractor's performance?
The provided data does not specify the Key Performance Indicators (KPIs) or quality metrics that will be used to evaluate James L Greco MD's performance. Typically, for such contracts, KPIs might include timeliness of reviews (e.g., turnaround time per case file), accuracy of assessments, adherence to SSA guidelines, and clarity of reports. The absence of explicit performance metrics in the summary data suggests these might be detailed in the full contract document or the underlying BPA. Effective oversight would require clearly defined and measurable KPIs to ensure the quality and efficiency of the medical reviews.
What is the historical spending pattern for medical review services by the Social Security Administration?
The provided data snippet focuses on a single contract award and does not offer historical spending patterns for medical review services by the Social Security Administration (SSA). To understand historical trends, one would need to analyze aggregate spending data over multiple fiscal years, identify all contracts related to medical reviews (including those with different contractors, scopes, and contract types), and examine the volume and value of these procurements. This would help determine if spending on such services is increasing, decreasing, or remaining stable, and whether this specific contract represents a significant deviation from past procurement activities.
What is the track record of James L Greco MD as a federal contractor, particularly with the SSA?
The provided data identifies 'JAMES L GRECO MD' as the contractor but does not offer details on their track record as a federal contractor, including past performance with the SSA or other agencies. A comprehensive assessment would require searching federal procurement databases (like SAM.gov or FPDS) for previous awards, contract performance evaluations (e.g., CPARS reports), and any history of disputes or issues. Without this information, it's difficult to gauge the contractor's reliability, experience, and past success in fulfilling similar government contracts.
What is the justification for awarding this contract on a sole-source basis rather than through full and open competition?
The provided data explicitly states 'CT: NOT COMPETED UNDER SAP' and implies a sole-source award through the BPA Call mechanism. However, it does not include the specific justification for why this contract was not competed. Federal procurement regulations allow for sole-source awards under specific circumstances, such as when only one responsible source can satisfy the requirement, or in cases of urgent need where competition is not feasible. Without the official justification document, it is impossible to determine the validity of the sole-source determination and whether it was appropriate for this requirement.
Industry Classification
NAICS: Health Care and Social Assistance › Offices of Physicians › Offices of Physicians (except Mental Health Specialists)
Product/Service Code: MEDICAL SERVICES › OTHER MEDICAL 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
Address: 6723 ROOSEVELT RD, BERWYN, IL, 60402
Business Categories: Category Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $194,320
Exercised Options: $194,320
Current Obligation: $194,320
Actual Outlays: $117,687
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321321AC0540001
IDV Type: BPA
Timeline
Start Date: 2025-07-14
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-07
Other Social Security Administration Contracts
- Itssc Task Order for Systems — $1.1B (Leidos, Inc.)
- Contractor IS to Provide the Expertise, Technical Knowledge, IT Support Personnel, and Other Related Resources Necessary for Systems Analysis and Testing — $734.1M (Northrop Grumman Systems Corporation)
- Contractor to Provide Development&database Support to Agency's Office of Software Engineering — $593.5M (Leidos, Inc.)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (International Business Machines Corporation)
- NEW 66 Month Open-Market Contract for Renewal of CA Software, Support Services, and Maintenance. CA Proprietary Software Products ARE Used Extensively Throughout OUR Mainframe and Distributed Environments AT ALL SSA Data Centers — $419.8M (CA, Inc.)