HHS awards $5.9M for FDA FAERS IT support, raising questions on competition and value

Contract Overview

Contract Amount: $5,898,662 ($5.9M)

Contractor: Chickasaw Strategic Pointe, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2026-03-23

End Date: 2026-12-02

Contract Duration: 254 days

Daily Burn Rate: $23.2K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Pricing Type: LABOR HOURS

Sector: IT

Official Description: IT (O&M AND DME) AND MANAGEMENT SUPPORT SERVICES FOR FDA'S ADVERSE EVENT REPORTING SYSTEM (FAERS) II DEVELOPMENT, ENHANCEMENT AND OPERATIONS (DME) & MAINTENANCE (O&M) SUPPORT.

Place of Performance

Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20903

State: Maryland Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $5.9 million to CHICKASAW STRATEGIC POINTE, LLC for work described as: IT (O&M AND DME) AND MANAGEMENT SUPPORT SERVICES FOR FDA'S ADVERSE EVENT REPORTING SYSTEM (FAERS) II DEVELOPMENT, ENHANCEMENT AND OPERATIONS (DME) & MAINTENANCE (O&M) SUPPORT. Key points: 1. Contract focuses on critical IT operations and development for FDA's adverse event reporting system. 2. Sole-source award raises concerns about potential overpayment and lack of market-driven pricing. 3. Limited competition may hinder innovation and cost-efficiency for essential public health data management. 4. Performance period extends into late 2026, indicating a need for sustained IT support. 5. The contract falls within the Computer Systems Design Services NAICS code, a common area for federal IT spending. 6. Analysis of contractor performance and pricing benchmarks is crucial for assessing value for money.

Value Assessment

Rating: questionable

The contract value of approximately $5.9 million for IT support services is difficult to benchmark without detailed task breakdowns and comparable contract data. Given the sole-source nature of this award, there is a heightened risk that the pricing may not reflect competitive market rates. A thorough review of the contractor's proposed costs against industry standards for similar IT operations and development services is warranted to ensure fair pricing and value for taxpayer dollars. Without more granular data on labor categories, hours, and specific deliverables, a definitive value assessment is challenging.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not openly competed. This approach limits the opportunity for multiple vendors to bid, potentially reducing price competition and innovation. While sole-source awards can be justified in specific circumstances, such as when only one vendor possesses the required unique capabilities or when urgency dictates, the rationale for this particular award needs careful scrutiny to ensure it serves the government's best interest and does not preclude potentially more cost-effective solutions from other qualified providers.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as they bypass the competitive pressure that typically drives down prices. This lack of competition means the government may not be getting the best possible value for its investment.

Public Impact

The primary beneficiaries are the Food and Drug Administration (FDA) and public health officials who rely on the FAERS system for critical data. Services delivered include development, enhancement, and maintenance of the FAERS IT infrastructure. The geographic impact is national, supporting FDA's regulatory functions across the United States. Workforce implications include the need for specialized IT personnel to manage and operate complex health data systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader IT services sector, specifically focusing on IT operations and maintenance (O&M) and development, modernization, and enhancement (DME) for a critical government database. The market for such services is substantial, with numerous companies offering specialized IT support to federal agencies. Benchmarking this contract's value would involve comparing its cost structure and deliverables against similar IT support contracts awarded by other agencies for health-related data systems or large-scale IT infrastructure management.

Small Business Impact

The contract details indicate that small business participation was not a stated requirement or set-aside (ss: false, sb: false). This suggests that the primary award was not directed towards small businesses, and there is no explicit information on subcontracting opportunities for small businesses within this specific award. Further investigation would be needed to determine if any small business subcontracting plan is in place or if opportunities exist through other means.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Health and Human Services (HHS) and the Food and Drug Administration (FDA). Specific oversight mechanisms would likely include contract performance reviews, financial audits, and potentially the involvement of the HHS Office of Inspector General (OIG) if performance issues or financial irregularities arise. Transparency is enhanced through contract databases, but the sole-source nature necessitates a closer look at the justification and approval process.

Related Government Programs

Risk Flags

Tags

it, health-and-human-services, food-and-drug-administration, maryland, delivery-order, sole-source, computer-systems-design-services, operations-and-maintenance, development-modernization-enhancement, it-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $5.9 million to CHICKASAW STRATEGIC POINTE, LLC. IT (O&M AND DME) AND MANAGEMENT SUPPORT SERVICES FOR FDA'S ADVERSE EVENT REPORTING SYSTEM (FAERS) II DEVELOPMENT, ENHANCEMENT AND OPERATIONS (DME) & MAINTENANCE (O&M) SUPPORT.

Who is the contractor on this award?

The obligated recipient is CHICKASAW STRATEGIC POINTE, 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 $5.9 million.

What is the period of performance?

Start: 2026-03-23. End: 2026-12-02.

What is the specific justification provided for awarding this contract on a sole-source basis?

The provided data indicates the contract was 'NOT AVAILABLE FOR COMPETITION,' which is synonymous with a sole-source award. However, the specific justification document or rationale is not included in the data. Typically, sole-source awards are justified under circumstances such as: only one responsible source exists with the unique capability to perform the work; an urgent need exists that cannot be met by other sources; or the contract is a follow-on to a previously competed contract where only the original contractor can provide the necessary services. Without the official justification, it's impossible to definitively state the reason, but it implies a belief by the agency that competition was not feasible or practical for this specific requirement.

How does the contract's estimated value compare to similar IT support contracts for health data systems?

Comparing the $5.9 million contract value requires access to a broader dataset of similar federal IT contracts. However, for a system like FAERS, which manages critical adverse event data, the cost appears moderate for a multi-year IT support and development effort. Many large-scale federal IT projects, especially those involving complex data management, cybersecurity, and system enhancements, can run into tens or hundreds of millions of dollars. The value here is highly dependent on the scope of work, the number of users supported, the complexity of the system, and the specific services (O&M vs. new development). A direct comparison would necessitate identifying contracts with similar system criticality, user base, and service scope within agencies like HHS or other health-focused entities.

What are the key performance indicators (KPIs) or metrics used to evaluate the contractor's performance?

The provided data does not specify the key performance indicators (KPIs) or metrics that will be used to evaluate Chickasaw Strategic Pointe, LLC's performance. In IT support contracts, common KPIs often include system uptime percentages, response times for issue resolution, successful completion of development milestones, adherence to security protocols, and user satisfaction ratings. For the FAERS II system, metrics related to data accuracy, reporting timeliness, and system availability would be particularly crucial. Effective oversight would require clearly defined and measurable KPIs outlined in the contract's Performance Work Statement (PWS) to ensure the contractor meets the government's needs and delivers value.

What is the historical spending pattern for FAERS IT support, and how does this award fit within that trend?

Historical spending data for FAERS IT support is not provided in the current data extract. To understand this award's context, one would need to examine past contracts for FAERS maintenance, development, and operations. This would involve looking at previous contract values, durations, and awarded contractors. If FAERS has historically been supported under similar contract vehicles, this $5.9 million award might represent a continuation of established spending levels. However, if previous support was significantly less or more expensive, or if this award represents a substantial increase in scope or cost, it would warrant further investigation into the reasons for the change and its alignment with evolving system needs or market conditions.

Are there any specific risks associated with the contractor, Chickasaw Strategic Pointe, LLC, based on past performance?

The provided data does not include information on the past performance record of Chickasaw Strategic Pointe, LLC. To assess potential risks, a review of their performance on previous federal contracts, including any past performance evaluations, contract awards, or disputes, would be necessary. Agencies typically maintain past performance information databases. Without this context, it's difficult to ascertain if there are specific risks related to this contractor's ability to deliver on the FAERS II IT support requirements. A thorough risk assessment would involve consulting these performance records.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - IT MANAGEMENT

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: LABOR HOURS (Z)

Evaluated Preference: NONE

Contractor Details

Address: 2600 JOHN SAXON BLVD STE 2209, NORMAN, OK, 73071

Business Categories: 8(a) Program Participant, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, 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: $5,898,662

Exercised Options: $5,898,662

Current Obligation: $5,898,662

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 75F40123D00026

IDV Type: IDC

Timeline

Start Date: 2026-03-23

Current End Date: 2026-12-02

Potential End Date: 2026-12-02 00:00:00

Last Modified: 2026-04-10

More Contracts from Chickasaw Strategic Pointe, LLC

View all Chickasaw Strategic Pointe, LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending