FDA Spends $6.1M on IT Services for Adverse Event Monitoring System Modernization
Contract Overview
Contract Amount: $6,148,259 ($6.1M)
Contractor: Chickasaw Aerospace, LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2025-12-12
End Date: 2026-12-11
Contract Duration: 364 days
Daily Burn Rate: $16.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: LABOR HOURS
Sector: IT
Official Description: IT SERVICES: FDA ADVERSE EVENT MONITORING SYSTEM CAPABILITIES MODERNIZATION
Place of Performance
Location: NORMAN, CLEVELAND County, OKLAHOMA, 73071
State: Oklahoma Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $6.1 million to CHICKASAW AEROSPACE, LLC for work described as: IT SERVICES: FDA ADVERSE EVENT MONITORING SYSTEM CAPABILITIES MODERNIZATION Key points: 1. Contract awarded to Chickasaw Aerospace, LLC for IT services. 2. Focus on modernizing the FDA's Adverse Event Monitoring System. 3. Contract value is $6.15 million. 4. Duration is 364 days, ending December 2026. 5. This is a sole-source award.
Value Assessment
Rating: questionable
The contract value of $6.15 million for a 364-day period suggests a potentially high per-unit cost, especially given the 'Other Computer Related Services' NAICS code. Without specific deliverables or benchmarks, it's difficult to assess value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
The contract was awarded on a sole-source basis, indicating a lack of competition. This limits price discovery and may result in higher costs than if multiple vendors had competed.
Taxpayer Impact: The lack of competition for this sole-source contract raises concerns about potential overspending, impacting taxpayer funds.
Public Impact
Ensures continued functionality of a critical public health system. Modernization aims to improve data processing and analysis of adverse events. Potential for enhanced patient safety through better monitoring. Contract duration is relatively short, suggesting a need for future, potentially larger, investments.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competition and price discovery.
- Lack of clear performance metrics or benchmarks.
- Potential for cost overruns due to lack of competition.
Positive Signals
- Addresses critical need for system modernization.
- Supports FDA's mission of public health and safety.
- Contract awarded to a single entity, potentially streamlining execution.
Sector Analysis
The IT services sector is highly competitive, making sole-source awards for general IT services less common. Benchmarks for similar system modernization projects vary widely based on scope and complexity.
Small Business Impact
The contract was awarded to Chickasaw Aerospace, LLC, which is not identified as a small business in the provided data. There is no indication of subcontracting opportunities for small businesses.
Oversight & Accountability
Oversight will be crucial to ensure the modernization meets its objectives and that costs remain within reasonable bounds, especially given the sole-source nature of the award. The FDA should monitor performance closely.
Related Government Programs
- Other Computer Related Services
- Department of Health and Human Services Contracting
- Food and Drug Administration Programs
Risk Flags
- Sole-source award.
- Lack of competition.
- Potential for inflated pricing.
- Limited transparency on specific modernization goals.
- No clear performance metrics provided.
Tags
other-computer-related-services, department-of-health-and-human-services, ok, definitive-contract, 1m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $6.1 million to CHICKASAW AEROSPACE, LLC. IT SERVICES: FDA ADVERSE EVENT MONITORING SYSTEM CAPABILITIES MODERNIZATION
Who is the contractor on this award?
The obligated recipient is CHICKASAW AEROSPACE, LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Food and Drug Administration).
What is the total obligated amount?
The obligated amount is $6.1 million.
What is the period of performance?
Start: 2025-12-12. End: 2026-12-11.
What specific capabilities are being modernized, and how do they align with current and future public health needs?
The modernization of the FDA Adverse Event Monitoring System is intended to enhance the agency's ability to collect, process, and analyze data on adverse events related to medical products. This includes improving data integrity, enabling faster identification of safety signals, and supporting regulatory decision-making. The specific capabilities being upgraded are not detailed but are expected to align with evolving public health surveillance requirements and technological advancements in data analytics.
What is the justification for the sole-source award, and what steps are being taken to ensure fair pricing?
The justification for the sole-source award is not provided in the data. However, agencies typically pursue sole-source contracts when only one vendor possesses the unique capabilities, technology, or proprietary knowledge required for the specific requirement. To ensure fair pricing, the agency should conduct a thorough price analysis, comparing proposed costs against historical data, independent cost estimates, or market research for similar services.
How will the success of this modernization be measured, and what are the key performance indicators?
Success will likely be measured by the system's ability to handle increased data volumes, improve the speed and accuracy of adverse event reporting and analysis, and provide actionable insights for regulatory action. Key performance indicators could include metrics related to system uptime, data processing speed, reduction in manual data entry, and the timely identification of emerging safety trends. The FDA should establish clear, measurable KPIs before or at the start of the contract.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 2600 JOHN SAXON BLVD STE 2222, 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: $9,222,389
Exercised Options: $6,148,259
Current Obligation: $6,148,259
Actual Outlays: $167,719
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2025-12-12
Current End Date: 2026-12-11
Potential End Date: 2027-06-11 00:00:00
Last Modified: 2026-03-16
More Contracts from Chickasaw Aerospace, LLC
- RRL Content Conversion for Steelworkers (SW) and Explosive Ordinance Devices (EOD) — $34.9M (Department of Defense)
- Construction Management Information System Continuation Contract for FA800322F0019 — $22.3M (Department of Defense)
- Public Health Infrastructure (PHI) Implementation, Management, and Systems — $17.4M (Department of Health and Human Services)
- Services IAW SOW Para 3.2 - Base Period — $16.9M (Department of Defense)
- Courseware Design and Development — $12.7M (Department of Defense)
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 →