HHS awards $6.6M for workflow software, with a 709-day duration and firm fixed price
Contract Overview
Contract Amount: $6,584,000 ($6.6M)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2025-04-15
End Date: 2027-03-25
Contract Duration: 709 days
Daily Burn Rate: $9.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: WORKFLOW PREMIUM FLEX SOFTWARE LICENSES AND MAINTENANCE
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20903
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $6.6 million to NEW TECH SOLUTIONS, INC. for work described as: WORKFLOW PREMIUM FLEX SOFTWARE LICENSES AND MAINTENANCE Key points: 1. The contract value of $6.6 million for workflow software over approximately two years suggests a moderate investment in operational efficiency tools. 2. Competition was full and open after exclusion of sources, indicating a potentially competitive bidding process, though the specific exclusion details warrant review. 3. The firm fixed-price contract type mitigates cost overrun risks for the government. 4. The contract's duration of 709 days (nearly two years) aligns with typical software licensing and maintenance cycles. 5. The North American Industry Classification System (NAICS) code 541519 (Other Computer Related Services) places this contract within the broader IT services sector. 6. The award to NEW TECH SOLUTIONS, INC. represents a single vendor engagement for this specific requirement.
Value Assessment
Rating: fair
The contract value of $6.6 million for workflow software over 709 days results in an approximate annual cost of $3.3 million. Benchmarking this against similar workflow software licenses and maintenance contracts is challenging without more specific details on the software's functionality and user base. However, the firm fixed-price nature suggests the government has negotiated a defined cost for the services, which can be a positive indicator of value if the price is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be broad, specific sources may have been excluded prior to the solicitation. The number of bidders is not provided, which limits the assessment of the actual competitive landscape. A full and open competition generally promotes price discovery and allows a wider range of vendors to propose solutions.
Taxpayer Impact: The 'full and open' aspect suggests that taxpayers benefit from a potentially wider pool of offers, which can lead to more competitive pricing. However, the exclusion of sources means that the full potential of the market may not have been realized, potentially impacting the best possible price for taxpayers.
Public Impact
The primary beneficiaries are likely the internal staff within the Department of Health and Human Services (HHS) who will utilize the workflow premium flex software. The services delivered include software licenses and ongoing maintenance, ensuring the functionality and support of the workflow system. The geographic impact is primarily within the operational locations of HHS, likely concentrated in Maryland where the contract is registered. Workforce implications are related to the efficiency gains expected from improved workflow management software for HHS employees.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- The exclusion of sources in a 'full and open' competition raises questions about the breadth of competition and potential missed opportunities for other qualified vendors.
- Lack of specific details on the 'workflow premium flex software' makes it difficult to assess if the chosen solution is the most cost-effective or feature-rich available.
- The contract value, while not excessively high, warrants scrutiny to ensure it aligns with market rates for similar enterprise software solutions.
Positive Signals
- The firm fixed-price contract type provides cost certainty for the government, protecting against unexpected price increases.
- The 'full and open' competition, even with exclusions, suggests an effort to engage the market and secure competitive offers.
- The contract duration of nearly two years allows for stable access to essential software and maintenance.
Sector Analysis
This contract falls within the Information Technology (IT) sector, specifically under IT professional services. The market for workflow automation and management software is substantial and growing, driven by the need for organizational efficiency across all industries, including government. Comparable spending benchmarks would typically involve analyzing IT service contracts for software licensing and maintenance awarded to agencies of similar size and scope to HHS. The NAICS code 541519 indicates a broad category of computer-related services, suggesting this contract could encompass various aspects of IT support beyond just software.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside for this contract. Therefore, there are no direct subcontracting implications or mandated small business set-asides associated with this award. The primary focus appears to be on securing the required software solution through the most advantageous means available under the competition structure.
Oversight & Accountability
Oversight for this contract would typically fall under the purview of the Department of Health and Human Services' contracting officers and program managers. Accountability measures are inherent in the firm fixed-price structure, which obligates the contractor to deliver the specified software and maintenance within the agreed-upon cost. Transparency is facilitated by the public nature of federal contract awards, allowing for general observation. Specific Inspector General (IG) jurisdiction would depend on whether the contract falls under any specific audit initiatives or investigations related to IT procurement or HHS operations.
Related Government Programs
- HHS IT Modernization Initiatives
- Federal Civilian Agency Software Procurement
- Workflow Automation Software Contracts
- IT Services for Health Agencies
Risk Flags
- Potential for limited competition due to source exclusion
- Lack of detailed software functionality information
- Unknown track record of the awarded contractor
Tags
it-services, software-licensing, maintenance, workflow-software, firm-fixed-price, full-and-open-competition, department-of-health-and-human-services, hhs, maryland, other-computer-related-services, new-tech-solutions-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $6.6 million to NEW TECH SOLUTIONS, INC.. WORKFLOW PREMIUM FLEX SOFTWARE LICENSES AND MAINTENANCE
Who is the contractor on this award?
The obligated recipient is NEW TECH SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Financial Resources).
What is the total obligated amount?
The obligated amount is $6.6 million.
What is the period of performance?
Start: 2025-04-15. End: 2027-03-25.
What specific functionalities does 'WORKFLOW PREMIUM FLEX SOFTWARE' provide, and how do these align with HHS's operational needs?
The provided data does not detail the specific functionalities of the 'WORKFLOW PREMIUM FLEX SOFTWARE.' To assess its alignment with HHS's operational needs, a review of the contract's Statement of Work (SOW) or Performance Work Statement (PWS) would be necessary. This document would outline the required features, performance standards, and objectives the software is intended to achieve. Without this information, it's difficult to determine if the software is tailored to enhance specific HHS workflows, improve data management, streamline administrative processes, or support critical health-related operations. Understanding these functionalities is crucial for evaluating the software's potential impact on efficiency and effectiveness within the agency.
How does the $6.6 million contract value compare to market rates for similar workflow software licenses and maintenance over a 709-day period?
Benchmarking the $6.6 million contract value against market rates for similar workflow software licenses and maintenance over 709 days (approximately 23 months) requires detailed market research. Factors influencing market rates include the software's complexity, number of users, vendor reputation, included support levels, and any customization required. Given the NAICS code 541519 (Other Computer Related Services), the software could range from off-the-shelf solutions to more specialized platforms. A preliminary assessment suggests that for enterprise-level workflow solutions with comprehensive support, this value is within a plausible range, but a definitive comparison would necessitate identifying comparable software products and their pricing structures from commercial vendors. The firm fixed-price nature, however, indicates a negotiated rate that should ideally reflect competitive market conditions.
What were the specific reasons for excluding certain sources in this 'full and open competition after exclusion of sources' award?
The data indicates the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' The specific reasons for excluding certain sources are not detailed in the provided information. Typically, such exclusions might occur if certain vendors were deemed not to meet minimum qualifications, if there were prior performance issues, or if specific technological requirements necessitated a narrower initial pool. The contracting agency (HHS) would have documented these exclusion justifications. Understanding these reasons is important for assessing whether the competition was genuinely as broad as possible or if potential cost-saving opportunities from excluded vendors were missed. Further investigation into the solicitation documents would be required to uncover the precise rationale.
What is the track record of NEW TECH SOLUTIONS, INC. in delivering similar IT services and software solutions to federal agencies?
The provided data identifies NEW TECH SOLUTIONS, INC. as the contractor but does not offer details on their track record. To assess their performance history, one would need to consult federal procurement databases like SAM.gov or FPDS-NG for past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any reported issues or successes. A vendor's history with similar software solutions, contract types (like firm fixed price), and agency types (like HHS) would be key indicators of their capability and reliability in fulfilling this current contract. Without this historical data, it is difficult to gauge the risk associated with this specific awardee.
What are the potential risks associated with a firm fixed-price contract for software licenses and maintenance, and how are they mitigated?
Firm fixed-price (FFP) contracts are generally favored for their cost certainty, but they can introduce risks, particularly for complex IT services. For software licenses and maintenance, the primary risk is that the vendor may cut corners on support or updates to maintain profitability if the initial price was set too low or if unforeseen technical challenges arise. Conversely, if the price was set too high, the government may overpay. Mitigation strategies include a well-defined Statement of Work (SOW) that clearly outlines deliverables, service levels, and acceptance criteria. Robust government oversight, regular performance reviews, and clear communication channels are essential to ensure the contractor meets all obligations. The government also benefits from the vendor assuming most of the cost risk.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $6,584,000
Exercised Options: $6,584,000
Current Obligation: $6,584,000
Actual Outlays: $3,260,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2025-04-15
Current End Date: 2027-03-25
Potential End Date: 2027-03-25 00:00:00
Last Modified: 2026-03-20
More Contracts from NEW Tech Solutions, Inc.
- Trunked, Land Mobile Radio (LMR) System Maintenance Support Services — $52.8M (Department of Justice)
- NEW Tech Solutions INC:1110203 [19-001361] This Award IS Issued to NEW Tech Solutions Inc. in Accordance With FAR 16.505 to Purchase Adobe Software. the Award Features ONE (1) Base Year and Four (4) Option Years AS Seen Below: Base Year: 09/01 — $43.2M (Department of Health and Human Services)
- Ws-C3850-48u-E — $38.1M (Department of Defense)
- Amazon WEB Services — $37.7M (Department of Health and Human Services)
- IT Licenses — $23.4M (Department of Health and Human Services)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →