SSA's $336K BPA for Medical Consultants in West Region awarded to RGO Signature Ventures, LLC
Contract Overview
Contract Amount: $33,660 ($33.7K)
Contractor: RGO Signature Ventures, LLC
Awarding Agency: Social Security Administration
Start Date: 2025-07-22
End Date: 2026-06-30
Contract Duration: 343 days
Daily Burn Rate: $98/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 CONSULTANT SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN THE MID-WEST/WEST REGION (DENVER). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FO
Place of Performance
Location: HOLLY SPRINGS, WAKE County, NORTH CAROLINA, 27540
Plain-Language Summary
Social Security Administration obligated $33,660 to RGO SIGNATURE VENTURES, LLC for work described as: BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONSULTANT SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN THE MID-WEST/WEST REGION (DENVER). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FO Key points: 1. Contract awarded via Blanket Purchase Agreement (BPA) Call, indicating a pre-established agreement for services. 2. Services focus on medical reviews of disability claim case files, crucial for SSA's disability program integrity. 3. The contract duration is approximately 1.4 years, ending mid-2026. 4. Firm Fixed Price contract type suggests predictable costs for the agency. 5. The North American Industry Classification System (NAICS) code 621111 points to physician services. 6. No small business set-aside was utilized for this specific award. 7. The contract is for the Mid-West/West Region, with a specific mention of Denver. 8. The awardee, RGO Signature Ventures, LLC, is based in North Carolina.
Value Assessment
Rating: fair
The contract value of $336,600 for approximately 1.4 years of service appears reasonable for specialized medical consulting. However, without detailed task orders or performance metrics, a comprehensive value-for-money assessment is challenging. Benchmarking against similar regional medical consultant contracts for disability claims would provide a clearer picture of pricing efficiency. The firm fixed-price nature offers cost certainty, but the absence of detailed performance data makes it difficult to assess if the agency is receiving optimal value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was issued as a BPA Call, which implies that a broader BPA was likely competed previously. However, the specific competition details for this individual call order are not provided in the data. It is noted as 'NOT COMPETED UNDER SAP,' which is unusual phrasing and may indicate it was not competed under the standard Simplified Acquisition Procedures or that the competition details are not readily available through this data source. Further investigation into the original BPA competition and the specific call order process is needed.
Taxpayer Impact: The lack of clear competition details for this call order makes it difficult to ascertain if taxpayers received the best possible price. If the call order was not adequately competed, there's a risk of paying above-market rates.
Public Impact
Beneficiaries include individuals applying for Social Security disability benefits, as accurate medical reviews ensure fair adjudication. Services delivered involve the critical review of disability claim case files by medical consultants. Geographic impact is focused on the Mid-West/West Region of the United States, specifically mentioning Denver. Workforce implications include the engagement of medical professionals to support the Social Security Administration's workload.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed competition information for the BPA Call order raises concerns about price discovery and potential overpayment.
- Limited transparency on the specific tasks and deliverables within the BPA Call makes it hard to assess performance outcomes.
- The awardee's location (North Carolina) being distant from the primary service region (Denver) could potentially add indirect costs or logistical complexities, though this is not explicitly stated.
Positive Signals
- The use of a Firm Fixed Price contract provides cost predictability for the agency.
- The contract addresses a critical need for medical expertise in processing disability claims, supporting program integrity.
- The BPA structure allows for streamlined ordering of services as needed, potentially improving efficiency.
Sector Analysis
This contract falls within the Healthcare and Social Assistance sector, specifically related to physician services (NAICS 621111). The Social Security Administration relies on external medical expertise to supplement its internal review capabilities for disability claims. The market for such services includes a range of medical professionals and consulting firms specializing in healthcare assessments. Benchmarking would involve comparing the per-diem or per-case review rates with other government contracts or private sector healthcare review services.
Small Business Impact
This specific award was not set aside for small businesses, nor does it indicate any subcontracting requirements for small businesses. The awardee, RGO Signature Ventures, LLC, is not explicitly identified as a small business in the provided data. This means the contract did not contribute to small business contracting goals through this particular award mechanism.
Oversight & Accountability
Oversight for this contract would primarily reside with the Social Security Administration's contracting officers and program managers. As a BPA Call, it operates under the umbrella of a larger BPA, which should have established oversight mechanisms. Transparency could be enhanced by making the specific task orders and their associated costs publicly available. The Inspector General for the Social Security Administration would have jurisdiction over any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- Social Security Administration Disability Insurance Program
- Medical Review Services Contracts
- Federal Blanket Purchase Agreements
- Physician Consulting Services
Risk Flags
- Competition Details Unclear
- Performance Metrics Not Specified
- Geographic Disparity (Contractor vs. Service Area)
Tags
healthcare, social-security-administration, medical-consulting, blanket-purchase-agreement, firm-fixed-price, physician-services, disability-claims, mid-west-region, west-region, denver, not-competed-under-sap
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $33,660 to RGO SIGNATURE VENTURES, LLC. BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONSULTANT SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN THE MID-WEST/WEST REGION (DENVER). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FO
Who is the contractor on this award?
The obligated recipient is RGO SIGNATURE VENTURES, LLC.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $33,660.
What is the period of performance?
Start: 2025-07-22. End: 2026-06-30.
What is the track record of RGO Signature Ventures, LLC with federal contracts, particularly with the Social Security Administration?
Information regarding the specific track record of RGO Signature Ventures, LLC with federal contracts, especially with the Social Security Administration, is not detailed in the provided data. To assess their performance, one would need to review contract databases like SAM.gov for past awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any documented issues or successes. Understanding their history with similar medical consulting services for disability claims would be particularly relevant for evaluating their suitability and reliability for this BPA Call.
How does the estimated value of this BPA Call compare to similar medical consultant contracts for disability claims reviews?
A direct comparison of the $336,600 value for this BPA Call is difficult without more specific data on the scope of work, number of cases to be reviewed, and the duration of the review period. Typically, medical consultant services for disability claims are priced on a per-case or per-hour basis. To benchmark effectively, one would need to identify comparable contracts awarded by the SSA or other agencies (like the Department of Veterans Affairs) for similar services, noting the geographic region, complexity of cases, and the specific services provided. The firm fixed-price nature suggests a defined scope, but the exact volume of work is key to a true value comparison.
What are the primary risks associated with this contract, and how are they being mitigated?
Key risks include potential overpayment if the scope of work is not clearly defined or if the contractor's efficiency is lower than anticipated, given the firm fixed-price nature. Another risk is the quality of the medical reviews, which directly impacts the integrity of the disability determination process. Mitigation strategies would involve robust quality assurance by the SSA, clear performance standards within the BPA Call, and potentially periodic reviews of contractor performance. The geographic distance between the contractor's base and the service region could also pose logistical risks, though this is often managed through remote work capabilities in such consulting roles.
How effective is the current medical consultant support in ensuring the accuracy and timeliness of disability claim adjudications?
The effectiveness of this specific BPA Call in ensuring accuracy and timeliness cannot be determined solely from the contract data. Its effectiveness is contingent on the quality of the medical reviews performed by RGO Signature Ventures, LLC and how these reviews integrate into the SSA's overall adjudication process. Success metrics would typically include the rate of favorable/unfavorable decisions based on these reviews, appeals rates related to medical findings, and the impact on overall processing times for disability claims. The SSA's internal quality control and performance monitoring of the contractor are crucial for assessing effectiveness.
What are the historical spending patterns for medical consultant services by the Social Security Administration?
Historical spending patterns for medical consultant services by the SSA are not detailed in the provided data. To analyze this, one would need to examine aggregate spending data for similar contracts over multiple fiscal years. This would involve looking at the total amount obligated for medical reviews, the number of contracts awarded, the types of services procured (e.g., specific medical specialties, types of reviews), and the primary contractors utilized. Understanding historical trends can help identify fluctuations in demand, changes in pricing, and the SSA's reliance on external medical expertise over time.
What is the significance of the 'NOT COMPETED UNDER SAP' notation for this contract?
The notation 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures) suggests that this contract action was not processed through the standard, streamlined procedures typically used for acquisitions below the SAP threshold (currently $250,000). This could imply several things: the value of the BPA Call might have exceeded the SAP threshold at the time of its award, or it was awarded under specific exceptions or authorities that do not fall under SAP. It might also indicate that the competition details are simply not captured in the standard fields for SAP procurements. Clarification would require examining the specific contract file or agency procurement regulations.
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
Solicitation ID: 07/22/2025
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 107 ASPENRIDGE DR, HOLLY SPRINGS, NC, 27540
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $33,660
Exercised Options: $33,660
Current Obligation: $33,660
Actual Outlays: $20,808
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321324AC0840020
IDV Type: BPA
Timeline
Start Date: 2025-07-22
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-03
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.)