SSA's $152K BPA for Medical Consultants in Midwest/West Region lacks competition, raising cost concerns
Contract Overview
Contract Amount: $152,405 ($152.4K)
Contractor: Henry G. Conroe M.d.s.c.
Awarding Agency: Social Security Administration
Start Date: 2026-07-01
End Date: 2027-06-30
Contract Duration: 364 days
Daily Burn Rate: $419/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 MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS.
Place of Performance
Location: CHICAGO, COOK County, ILLINOIS, 60602
State: Illinois Government Spending
Plain-Language Summary
Social Security Administration obligated $152,404.8 to HENRY G. CONROE M.D.S.C. for work described as: BLANKET PURCHASE AGREEMENT FOR MEDICAL CONSULTANT 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. Key points: 1. The contract is a Blanket Purchase Agreement (BPA) for medical consultant services, specifically reviewing disability claim case files. 2. The primary contractor is HENRY G. CONROE M.D.S.C., with a total award of $152,404.80. 3. The contract period runs from July 1, 2026, to June 30, 2027, with a duration of 364 days. 4. The North American Industry Classification System (NAICS) code is 621112, indicating offices of physicians and mental health specialists.
Value Assessment
Rating: questionable
The contract is a Firm Fixed Price (FFP) BPA call, which typically offers price predictability. However, without a competitive bidding process for this specific call order, it's difficult to benchmark the pricing against similar services to ensure optimal value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This BPA call was not competed under Simplified Acquisition Procedures (SAP), suggesting it may fall outside standard competitive thresholds or was awarded under specific circumstances. The limited competition makes it challenging to assess if the pricing reflects a competitive market rate.
Taxpayer Impact: The lack of robust competition for this BPA call could lead to higher costs for taxpayers if the selected vendor's pricing is not market-driven.
Public Impact
Citizens relying on disability programs will have their cases reviewed by these consultants. The quality of these reviews directly impacts the accuracy and fairness of disability determinations. The contract's duration and scope suggest ongoing reliance on external medical expertise for the SSA's disability program. Transparency in the selection and pricing of these services is crucial for public trust.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for BPA call
- Potential for non-market-driven pricing
- Lack of detailed justification for non-competition
Positive Signals
- Firm Fixed Price contract type
- Clear service description (case file reviews)
Sector Analysis
The healthcare sector, particularly services related to medical assessments and claims processing, often involves significant government spending. Benchmarking costs for independent medical reviews is essential to ensure efficiency and prevent overspending in this critical area.
Small Business Impact
The data indicates this contract was not competed under SAP and does not specify if small businesses were involved or considered. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The Social Security Administration (SSA) is responsible for overseeing this contract. The BPA structure allows for task orders, and each call order should be reviewed for necessity and fair pricing. Oversight is needed to ensure the limited competition is justified.
Related Government Programs
- Offices of Physicians, Mental Health Specialists
- Social Security Administration Contracting
- Social Security Administration Programs
Risk Flags
- Lack of competition
- Potential for inflated pricing
- Limited transparency in award process
- No clear indication of small business participation
Tags
offices-of-physicians-mental-health-spec, social-security-administration, il, bpa-call, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $152,404.8 to HENRY G. CONROE M.D.S.C.. BLANKET PURCHASE AGREEMENT FOR MEDICAL CONSULTANT 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.
Who is the contractor on this award?
The obligated recipient is HENRY G. CONROE M.D.S.C..
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $152,404.8.
What is the period of performance?
Start: 2026-07-01. End: 2027-06-30.
What is the justification for not competing this BPA call under SAP, and how does the SSA ensure fair and reasonable pricing without competitive quotes?
The justification for not competing under SAP is not provided in the data. Typically, agencies may use limited competition for BPAs if specific circumstances warrant it, such as existing relationships or specialized expertise. To ensure fair and reasonable pricing, the agency should rely on historical pricing data, market research, or certified cost and pricing data from the contractor, though this is less common for smaller dollar amounts.
What are the potential risks associated with awarding a BPA call without full and open competition, particularly regarding the quality of medical reviews?
The primary risk is that the agency may not receive the best possible pricing or the highest quality of service available in the market. Without competition, there's less incentive for the contractor to optimize their pricing or service delivery. For medical reviews, this could lead to inconsistent or substandard assessments, potentially impacting the fairness of disability determinations.
How does the SSA measure the effectiveness and value derived from these medical consultant services to ensure taxpayer money is well-spent?
Effectiveness is typically measured through performance metrics, such as the timeliness of reviews, accuracy rates, and feedback from the agency on the quality of the consultant's reports. Value is assessed by comparing the cost of these services against benchmarks and ensuring that the reviews contribute positively to the efficiency and integrity of the disability claims process.
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: 55 E WASHINGTON ST STE 3105, CHICAGO, IL, 60602
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $152,405
Exercised Options: $152,405
Current Obligation: $152,405
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321321AC0540004
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: 2026-04-08
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.)