HHS awards $9.4M for CMS Quality Conference support to Rainmakers Strategic Solutions LLC
Contract Overview
Contract Amount: $9,401,800 ($9.4M)
Contractor: Rainmakers Strategic Solutions LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2022-09-15
End Date: 2026-09-14
Contract Duration: 1,460 days
Daily Burn Rate: $6.4K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: CMS QUALITY CONFERENCE
Place of Performance
Location: PHOENIX, MARICOPA County, ARIZONA, 85023
State: Arizona Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $9.4 million to RAINMAKERS STRATEGIC SOLUTIONS LLC for work described as: CMS QUALITY CONFERENCE Key points: 1. Contract value appears reasonable given the duration and scope of services. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. No specific risk indicators are immediately apparent from the provided data. 4. This contract supports a recurring event, indicating established program needs. 5. The contract falls within administrative management consulting services for the healthcare sector. 6. The firm fixed-price contract type helps mitigate cost overrun risks.
Value Assessment
Rating: good
The contract value of $9.4 million over approximately four years for conference support appears to be within a reasonable range for a federal event of this nature. Benchmarking against similar large-scale conference management contracts would provide a more precise value-for-money assessment. The firm fixed-price structure suggests that the contractor bears the risk of cost overruns, which is generally favorable for the government.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of two bidders suggests a moderate level of competition for this specific award. While more bidders would typically lead to greater price discovery, the full and open nature is a positive sign for competitive pricing.
Taxpayer Impact: Full and open competition generally benefits taxpayers by encouraging multiple vendors to offer competitive pricing, potentially leading to cost savings compared to sole-source or limited competition awards.
Public Impact
The primary beneficiaries are the Centers for Medicare and Medicaid Services (CMS) and healthcare professionals attending the Quality Conference. Services delivered include comprehensive support for organizing and executing a major federal conference. The geographic impact is national, as the conference draws participants and stakeholders from across the United States. Workforce implications include potential support roles for event staff and contractors, as well as the dissemination of best practices within the healthcare workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Positive Signals
- Awarded under full and open competition.
- Firm fixed-price contract type limits cost uncertainty.
- Contract duration aligns with the need for sustained conference support.
- Contractor is supporting a recurring and established federal event.
Sector Analysis
This contract falls within the professional services sector, specifically administrative management and general management consulting. The market for federal conference management and support services is competitive, with numerous firms capable of delivering such services. Spending in this category supports the government's ability to convene stakeholders, disseminate information, and advance policy objectives within specific sectors like healthcare.
Small Business Impact
The provided data indicates that small business participation was not a specific set-aside for this contract (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside requirement. However, the prime contractor may still engage small businesses as subcontractors, which would be detailed in their subcontracting plan if applicable.
Oversight & Accountability
Oversight for this contract would primarily reside with the Centers for Medicare and Medicaid Services (CMS) contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract, requiring delivery of specified services. Transparency is facilitated by the contract award being publicly available through federal procurement databases.
Related Government Programs
- Federal Conference Support Services
- Healthcare Policy and Information Dissemination
- Administrative and Management Consulting
Tags
healthcare, hhs, cms, administrative-management-consulting-services, full-and-open-competition, firm-fixed-price, delivery-order, arizona, professional-services, conference-support
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $9.4 million to RAINMAKERS STRATEGIC SOLUTIONS LLC. CMS QUALITY CONFERENCE
Who is the contractor on this award?
The obligated recipient is RAINMAKERS STRATEGIC SOLUTIONS LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Centers for Medicare and Medicaid Services).
What is the total obligated amount?
The obligated amount is $9.4 million.
What is the period of performance?
Start: 2022-09-15. End: 2026-09-14.
What is the track record of Rainmakers Strategic Solutions LLC in supporting federal conferences, particularly for health agencies?
A review of federal procurement data would be necessary to fully assess Rainmakers Strategic Solutions LLC's track record. Specifically, one would look for prior contracts with CMS, HHS, or other health-related agencies for conference management, event planning, or similar support services. Examining past performance evaluations, contract modifications, and any reported issues or successes on previous awards would provide insight into their capabilities and reliability. Without this specific historical data, it's difficult to definitively gauge their experience beyond this current award.
How does the $9.4 million award compare to similar federal conference support contracts in terms of value and duration?
Benchmarking this $9.4 million contract against similar federal conference support contracts requires access to a broader dataset of comparable awards. Factors such as the scale of the conference (number of attendees, duration, complexity), the specific services required (logistics, venue management, speaker coordination, technology), and the length of the contract (1460 days in this case) are crucial for comparison. Generally, large-scale, multi-year federal conferences can cost millions of dollars. This award appears to be within a plausible range, but a detailed comparison with contracts for events of similar scope and complexity would be needed for a definitive value assessment.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract are related to the successful execution of a large-scale conference, including potential logistical challenges, speaker cancellations, attendee satisfaction, and adherence to budget. The firm fixed-price (FFP) contract type is a key mitigation strategy, as it places the financial risk of cost overruns on the contractor, Rainmakers Strategic Solutions LLC. Additionally, the contract's duration (four years) suggests a phased approach to planning and execution, allowing for proactive risk management. Clear performance standards and oversight by CMS are also critical for mitigating performance risks.
How effective is the 'full and open competition' strategy in ensuring competitive pricing for this type of service?
Full and open competition is generally considered the most effective strategy for ensuring competitive pricing for government contracts, as it allows all eligible businesses to bid. In this case, with two bidders, the competition level was moderate. While more bidders could potentially drive prices lower, the fact that the contract was competed openly suggests that the government sought the best value through a structured bidding process. The effectiveness is also dependent on the clarity of the solicitation requirements and the evaluation criteria used by CMS.
What is the historical spending pattern for the CMS Quality Conference or similar events managed by HHS?
To determine historical spending patterns for the CMS Quality Conference or similar events, one would need to analyze past contract awards related to this specific conference or comparable HHS/CMS events over several fiscal years. This analysis would involve identifying the total amount obligated annually, the contractors involved, and the nature of the services procured. Understanding these patterns can reveal trends in cost escalation, contractor stability, and the overall investment the agency makes in such events, providing context for the current $9.4 million award.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › MANAGEMENT SUPPORT SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 18444 N 25TH AVE STE 420, PHOENIX, AZ, 85023
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $11,989,475
Exercised Options: $9,401,800
Current Obligation: $9,401,800
Actual Outlays: $7,873,135
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: GS10F053BA
IDV Type: FSS
Timeline
Start Date: 2022-09-15
Current End Date: 2026-09-14
Potential End Date: 2027-09-14 00:00:00
Last Modified: 2026-04-14
More Contracts from Rainmakers Strategic Solutions LLC
- Medicare Learning Network Product Development and Quality Assurance Program — $4.8M (Department of Health and Human Services)
- Meeting Planner Services — $3.1M (Department of Housing and Urban Development)
- MLN Matters Article and Content Development Program — $2.7M (Department of Health and Human Services)
View all Rainmakers Strategic Solutions LLC federal contracts →
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 →