HHS awards $3.5M contract for advisory committee support to Chickasaw Federal Health, LLC

Contract Overview

Contract Amount: $3,536,762 ($3.5M)

Contractor: Chickasaw Federal Health, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2026-01-30

End Date: 2027-01-22

Contract Duration: 357 days

Daily Burn Rate: $9.9K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: ADVISORY COMMITTEE ON IMMUNIZATION PRACTICES SUPPORT SERVICES

Place of Performance

Location: NORMAN, CLEVELAND County, OKLAHOMA, 73071

State: Oklahoma Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $3.5 million to CHICKASAW FEDERAL HEALTH, LLC for work described as: ADVISORY COMMITTEE ON IMMUNIZATION PRACTICES SUPPORT SERVICES Key points: 1. Contract awarded on a non-competitive basis, raising questions about potential cost savings through broader competition. 2. The contract's fixed-price nature provides cost certainty for the government. 3. The duration of the contract is over one year, indicating a need for sustained support. 4. The contractor has a single award, suggesting limited prior federal contracting experience. 5. The administrative management and general management consulting services are critical for supporting advisory functions.

Value Assessment

Rating: fair

The contract value of $3.5 million over approximately one year appears reasonable for specialized advisory support services. However, without competitive bidding, it is difficult to benchmark against market rates or determine if the government secured the best possible value. The fixed-price contract type mitigates some risk by establishing a ceiling on costs. Further analysis would require comparing the scope of work and deliverables to similar contracts awarded through competitive processes.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed. This approach is typically used when only one responsible source can provide the required services. The lack of competition means that the government did not benefit from the price discovery and innovation that can arise from multiple bidders vying for the contract. This raises concerns about whether the most cost-effective solution was obtained.

Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive pressure to drive down costs. The government missed an opportunity to explore a wider range of solutions and potentially achieve better pricing.

Public Impact

The primary beneficiaries are the Centers for Disease Control and Prevention (CDC) and the Advisory Committee on Immunization Practices (ACIP), which will receive essential support services. Services delivered include administrative management and general management consulting, crucial for the effective functioning of advisory committees. The geographic impact is primarily within the federal government's operational sphere, with potential downstream effects on public health policy and guidance. Workforce implications are minimal for the public sector, as the support is contracted out, but it provides work for the contractor's employees.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative and management consulting. This sector is vital for supporting government operations, policy development, and program execution. The market for such services is competitive, but specialized expertise, particularly in public health advisory roles, can lead to specific contracting arrangements. Benchmarking would involve comparing the scope of services to other contracts supporting federal advisory committees or public health initiatives.

Small Business Impact

The contract was not set aside for small businesses, and there is no indication of subcontracting requirements for small businesses. This means that opportunities for small business participation in this specific contract are not explicitly mandated. The impact on the small business ecosystem is neutral, as there was no specific provision to engage them, nor any indication of exclusion.

Oversight & Accountability

Oversight for this contract would primarily reside with the contracting officers and program managers within the Centers for Disease Control and Prevention (CDC). As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency is limited due to the sole-source nature of the award. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

healthcare, hhs, cdc, definitive-contract, firm-fixed-price, sole-source, administrative-management-consulting, advisory-committee-support, oklahoma, professional-scientific-and-technical-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $3.5 million to CHICKASAW FEDERAL HEALTH, LLC. ADVISORY COMMITTEE ON IMMUNIZATION PRACTICES SUPPORT SERVICES

Who is the contractor on this award?

The obligated recipient is CHICKASAW FEDERAL HEALTH, LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Centers for Disease Control and Prevention).

What is the total obligated amount?

The obligated amount is $3.5 million.

What is the period of performance?

Start: 2026-01-30. End: 2027-01-22.

What is the track record of Chickasaw Federal Health, LLC in performing federal contracts?

Based on the provided data, Chickasaw Federal Health, LLC has one federal contract award. This limited award history suggests that the company may be relatively new to federal contracting or has focused on a niche area. While a single award does not inherently indicate poor performance, it provides a limited basis for assessing their overall track record, reliability, and capacity to handle larger or more complex government requirements. Further investigation into the nature and performance of this existing award would be necessary to gain a more comprehensive understanding of their capabilities and past performance.

How does the value of this contract compare to similar advisory committee support services?

The contract value of approximately $3.5 million for a duration of just over one year for advisory committee support services is difficult to benchmark precisely without more detailed information on the scope of work and specific deliverables. However, for specialized administrative and management consulting services supporting a federal advisory body, this amount appears within a reasonable range, especially considering the fixed-price contract type which offers cost certainty. To provide a more accurate comparison, one would need to analyze other contracts for similar advisory functions within the Department of Health and Human Services or other federal agencies, taking into account the complexity of the committee's mandate, the level of expertise required, and the duration of support.

What are the primary risks associated with this sole-source contract award?

The primary risk associated with this sole-source contract award is the lack of competition. This absence of a competitive bidding process means that the government may not have secured the most cost-effective pricing or the most innovative solutions available in the market. There is a potential for the contractor to charge higher prices than would be possible in a competitive environment. Additionally, without a competitive evaluation, there's a reduced assurance that the selected contractor is the absolute best fit or offers the highest value proposition compared to other potential providers. This also limits transparency in the procurement process.

How effective is the fixed-price contract type in managing costs for this service?

The fixed-price contract type is generally effective in managing costs for services where the scope of work is well-defined and unlikely to change significantly. For this contract, providing administrative management and general management consulting services to an advisory committee, a fixed-price structure offers cost certainty to the government. The contractor assumes the risk of cost overruns, which incentivizes them to manage their resources efficiently. This contract type helps prevent unexpected increases in expenditure, making budgeting more predictable. However, if the scope of work is not precisely defined or if unforeseen requirements arise, the fixed-price nature could potentially limit flexibility or lead to disputes if modifications are needed.

What is the historical spending pattern for advisory committee support services at the CDC?

The provided data does not include historical spending patterns for advisory committee support services at the CDC. To analyze this, one would need to access historical contract databases and search for similar contract vehicles, keywords, and agencies over several fiscal years. This would involve identifying trends in contract values, the number of awards, the types of services procured, and the contractors frequently engaged. Understanding historical spending can help contextualize the current award, identify potential increases or decreases in demand for such services, and assess whether current spending aligns with past patterns or represents a significant deviation.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 75D301-26-R-73397

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2600 JOHN SAXON BLVD., SUITE 2227, NORMAN, OK, 73071

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $7,550,658

Exercised Options: $3,536,762

Current Obligation: $3,536,762

Subaward Activity

Number of Subawards: 1

Total Subaward Amount: $835,200

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2026-01-30

Current End Date: 2027-01-22

Potential End Date: 2028-01-22 00:00:00

Last Modified: 2026-02-05

More Contracts from Chickasaw Federal Health, LLC

View all Chickasaw Federal Health, LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending