Social Security Administration awards $326K BPA for medical consultant services in Georgia
Contract Overview
Contract Amount: $326,122 ($326.1K)
Contractor: Telford-Tyler Janet
Awarding Agency: Social Security Administration
Start Date: 2026-07-01
End Date: 2027-06-30
Contract Duration: 364 days
Daily Burn Rate: $896/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 MEDICAL CONSULTANT SERVICES IN THE SOUTHEAST REGION (ATLANTA). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS.
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30307
State: Georgia Government Spending
Plain-Language Summary
Social Security Administration obligated $326,121.6 to TELFORD-TYLER JANET for work described as: BLANKET PURCHASE AGREEMENT FOR MEDICAL CONSULTANT SERVICES IN THE SOUTHEAST REGION (ATLANTA). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS. Key points: 1. Contract focuses on independent case reviews for disability claims. 2. Services are essential for the agency's disability determination process. 3. The contract is a Blanket Purchase Agreement (BPA) with a Firm Fixed Price. 4. The duration is one year, with potential for extension. 5. The contractor is Janet Telford-Tyler. 6. Geographic focus is the Southeast region, specifically Georgia.
Value Assessment
Rating: fair
The contract value of $326,121.60 for one year of medical consultant services appears to be within a reasonable range for specialized disability claim reviews. However, without specific benchmarks for the number of cases reviewed or the complexity of those cases, a precise value-for-money assessment is difficult. Comparing this to similar contracts for independent medical reviews would provide better context. The firm fixed-price structure offers cost predictability for the agency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' (Small Acquisition Program). This suggests it may have been awarded under specific circumstances that bypassed full and open competition, potentially through an existing BPA or a limited solicitation. The lack of detailed competition information makes it difficult to assess the number of bidders or the impact on price discovery. Further investigation into the BPA's establishment and call order process is needed.
Taxpayer Impact: When contracts are not fully competed, taxpayers may not benefit from the most competitive pricing achievable through a broader solicitation process.
Public Impact
Benefits individuals applying for disability benefits by ensuring independent case reviews. Services support the Social Security Administration's mission to determine eligibility for disability programs. Geographic impact is concentrated in the Southeast region, particularly Georgia. Workforce implications include the need for qualified medical consultants with expertise in disability assessment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of clear competition details raises concerns about potential overpayment or suboptimal pricing.
- Limited information on the contractor's specific qualifications and track record for this type of service.
- The 'NOT COMPETED UNDER SAP' designation warrants further scrutiny regarding the justification for limited competition.
Positive Signals
- Firm Fixed Price contract provides cost certainty for the agency.
- Services are critical for the accurate and timely processing of disability claims.
- The contract is for a defined period, allowing for periodic re-evaluation of needs.
Sector Analysis
This contract falls within the professional services sector, specifically medical consulting related to administrative and support services. The North American Industry Classification System (NAICS) code 621112, 'Offices of Physicians, Mental Health Specialists,' indicates the type of expertise required. Spending in this area is driven by the government's need for specialized expertise to support program administration, particularly in complex areas like disability determination. Benchmarks for similar services would typically be found within government-wide contracts for professional services or agency-specific solicitations for medical review.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). As a Blanket Purchase Agreement (BPA) call order, the subcontracting implications would depend on the terms of the original BPA and any specific requirements for this call. Without further details on the BPA's structure, it's difficult to assess the direct impact on the small business ecosystem, though it does not appear to be a primary focus of this particular award.
Oversight & Accountability
Oversight for this contract would primarily fall under the Social Security Administration's program management and contracting offices. As a firm fixed-price agreement, the focus would be on ensuring the delivery of services as specified. Transparency is moderate, as the award is publicly available, but details regarding the competition and specific performance metrics are limited. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Social Security Administration Disability Determination Services
- Federal Medical Consultant Services
- Independent Medical Examination Contracts
- Government Professional Services Contracts
Risk Flags
- Limited competition justification unclear
- Contractor track record not detailed
- Performance metrics not specified
Tags
healthcare, medical-consulting, social-security-administration, georgia, blanket-purchase-agreement, bpa-call-order, firm-fixed-price, not-competed, disability-claims, professional-services
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $326,121.6 to TELFORD-TYLER JANET. BLANKET PURCHASE AGREEMENT FOR MEDICAL CONSULTANT SERVICES IN THE SOUTHEAST REGION (ATLANTA). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS.
Who is the contractor on this award?
The obligated recipient is TELFORD-TYLER JANET.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $326,121.6.
What is the period of performance?
Start: 2026-07-01. End: 2027-06-30.
What is the specific volume of case files Janet Telford-Tyler is expected to review under this BPA call order?
The provided data does not specify the exact volume of case files Janet Telford-Tyler is expected to review. The contract is a Blanket Purchase Agreement (BPA) call order for medical consultant services, indicating a need for reviews of disability claim case files. The total award amount of $326,121.60 suggests a significant workload, but the precise number of reviews would depend on the complexity of each case and the agreed-upon rate per review, which is not detailed in the summary data. Further information would be needed from the contract's statement of work or task order details to quantify the expected volume.
How does the $326,121.60 contract value compare to similar medical consultant services procured by the SSA or other agencies?
A direct comparison of the $326,121.60 contract value for medical consultant services is challenging without more specific details on the scope of work, such as the number of cases reviewed, the complexity of those cases, and the required qualifications of the consultants. However, for context, federal agencies often procure independent medical review services through various contract vehicles. The value appears moderate for a one-year engagement, suggesting it might cover a substantial number of reviews or specialized expertise. Benchmarking against similar BPAs or task orders issued by the SSA or other agencies for disability claim reviews would provide a more accurate assessment of its competitiveness and value.
What are the primary risks associated with a 'NOT COMPETED UNDER SAP' contract for medical consulting services?
The primary risks associated with a contract awarded as 'NOT COMPETED UNDER SAP' (Small Acquisition Program) include potentially higher costs due to a lack of competitive pricing, reduced innovation from a limited pool of bidders, and a perception of unfairness or lack of transparency. For medical consulting services, risks also extend to the quality and objectivity of the reviews if the selection process did not adequately vet multiple qualified providers. Taxpayers may not receive the best value for their money. Ensuring that the justification for limited competition was sound and that the selected contractor possesses the necessary expertise and provides services at a fair and reasonable price is crucial for mitigating these risks.
What is the track record of Janet Telford-Tyler in providing medical consultant services to the federal government?
The provided data identifies Janet Telford-Tyler as the contractor but does not offer details on their specific track record in providing medical consultant services to the federal government. To assess their past performance, one would typically look for contract history, past performance evaluations (e.g., CPARS reports), and any prior awards for similar services. Without this information, it is difficult to gauge their experience, reliability, and success in fulfilling government contracts. Further research into federal procurement databases or agency records would be necessary to evaluate their track record.
What is the expected impact of these medical consultant services on the efficiency of the SSA's disability determination process?
These medical consultant services are expected to enhance the efficiency of the SSA's disability determination process by providing independent, expert reviews of case files. By outsourcing or supplementing internal review capabilities, the SSA can potentially expedite the processing of claims, reduce backlogs, and ensure a more consistent and accurate assessment of medical eligibility. The engagement of specialized consultants can bring fresh perspectives and expertise, potentially leading to more informed decisions and fewer appeals. The effectiveness will depend on the quality of the consultants' reviews and their integration into the SSA's overall workflow.
Industry Classification
NAICS: Health Care and Social Assistance › Offices of Physicians › Offices of Physicians, 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: 1630 RIDGEWOOD DR NE, ATLANTA, GA, 30307
Business Categories: Category Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $326,122
Exercised Options: $326,122
Current Obligation: $326,122
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321321AC0440027
IDV Type: BPA
Timeline
Start Date: 2026-07-01
Current End Date: 2027-06-30
Potential End Date: 2027-06-30 00:00:00
Last Modified: 2026-04-02
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.)