HHS awards $64.6M Medicare Administrative Contract to Noridian Healthcare Solutions for durable medical equipment services

Contract Overview

Contract Amount: $64,591,607 ($64.6M)

Contractor: Noridian Healthcare Solutions, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2024-03-01

End Date: 2031-02-28

Contract Duration: 2,555 days

Daily Burn Rate: $25.3K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 2

Pricing Type: COST PLUS AWARD FEE

Sector: Healthcare

Official Description: THE PURPOSE OF THIS CONTRACT IS TO OBTAIN A DURABLE MEDICAL EQUIPMENT (DME) MEDICARE ADMINISTRATIVE CONTRACTOR TO PROVIDE SPECIFIED HEALTH INSURANCE BENEFIT ADMINISTRATION SERVICES, INCLUDING MEDICARE CLAIMS PROCESSING AND PAYMENT SERVICES, IN SUPPO

Place of Performance

Location: FARGO, CASS County, NORTH DAKOTA, 58103

State: North Dakota Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $64.6 million to NORIDIAN HEALTHCARE SOLUTIONS, LLC for work described as: THE PURPOSE OF THIS CONTRACT IS TO OBTAIN A DURABLE MEDICAL EQUIPMENT (DME) MEDICARE ADMINISTRATIVE CONTRACTOR TO PROVIDE SPECIFIED HEALTH INSURANCE BENEFIT ADMINISTRATION SERVICES, INCLUDING MEDICARE CLAIMS PROCESSING AND PAYMENT SERVICES, IN SUPPO Key points: 1. Contract aims to ensure efficient processing and payment of Medicare claims for durable medical equipment. 2. Noridian Healthcare Solutions, an incumbent, brings established experience to this critical health insurance function. 3. The contract's cost-plus award fee structure incentivizes performance and value delivery. 4. Competition was full and open, suggesting a robust market for these specialized administrative services. 5. The duration of the contract (7 years) indicates a long-term commitment to service continuity. 6. This award is part of a broader strategy to manage Medicare benefits effectively and control costs.

Value Assessment

Rating: good

The contract value of $64.6 million over approximately 7 years for Medicare Administrative Contractor (MAC) services for durable medical equipment (DME) appears reasonable given the scope. MAC contracts are complex, involving significant administrative overhead for claims processing, provider support, and program integrity. While specific benchmarks for DME MAC contracts are not readily available, the per-year cost averages around $9.2 million. This figure should be compared against the costs of previous contracts or other MAC jurisdictions to fully assess value for money. The cost-plus award fee (CPAF) structure allows for flexibility and incentivizes performance, which can lead to better outcomes than fixed-price contracts in complex service environments.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple qualified bidders had the opportunity to submit proposals. The fact that it was competed suggests a healthy market for Medicare administrative services. The number of bidders (2) is on the lower side for a large federal contract, which could warrant further investigation into market dynamics or potential barriers to entry. However, full and open competition generally promotes price discovery and encourages contractors to offer competitive terms.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives efficiency and potentially lower costs through market forces. It ensures that the government selects the most capable and cost-effective provider for essential services.

Public Impact

Beneficiaries: Medicare beneficiaries requiring durable medical equipment will experience continued, reliable claims processing and payment services. Healthcare Providers: DME suppliers and providers will have a consistent channel for submitting claims and receiving reimbursement. Federal Government: The Centers for Medicare and Medicaid Services (CMS) will ensure the integrity and efficient administration of the Medicare program for DME. Workforce: The contract supports jobs within Noridian Healthcare Solutions, contributing to the healthcare administrative sector workforce.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare insurance and administrative services sector is a significant part of the federal budget. This contract falls under the Durable Medical Equipment (DME) Medicare Administrative Contractor (MAC) program, which is crucial for managing a specific segment of healthcare spending. MACs are responsible for processing claims, managing provider enrollment, and ensuring program integrity for Medicare beneficiaries. The total federal spending on healthcare administration is in the hundreds of billions annually, with MACs playing a vital role in operationalizing Medicare. This contract represents a portion of that larger administrative expenditure, focused on ensuring efficient delivery of benefits for DME.

Small Business Impact

This contract does not appear to have a specific small business set-aside component, as indicated by 'sb': false. However, the prime contractor, Noridian Healthcare Solutions, may engage small businesses as subcontractors to fulfill certain aspects of the contract. Analysis of subcontracting plans would be necessary to determine the extent of small business participation. The impact on the small business ecosystem would depend on whether Noridian actively seeks out and utilizes small business vendors for support services, thereby providing them with federal contracting opportunities.

Oversight & Accountability

Oversight for this contract will primarily be conducted by the Centers for Medicare and Medicaid Services (CMS), the awarding agency. CMS will monitor Noridian's performance against contract requirements and award fee criteria. The contract's Cost Plus Award Fee (CPAF) structure inherently includes performance metrics that are subject to review. Transparency is generally maintained through contract awards databases and agency reporting, though specific operational details may be proprietary. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract.

Related Government Programs

Risk Flags

Tags

healthcare, medicare, administrative-services, durable-medical-equipment, claims-processing, health-insurance, centers-for-medicare-and-medicaid-services, noridian-healthcare-solutions, definitive-contract, cost-plus-award-fee, full-and-open-competition, north-dakota

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $64.6 million to NORIDIAN HEALTHCARE SOLUTIONS, LLC. THE PURPOSE OF THIS CONTRACT IS TO OBTAIN A DURABLE MEDICAL EQUIPMENT (DME) MEDICARE ADMINISTRATIVE CONTRACTOR TO PROVIDE SPECIFIED HEALTH INSURANCE BENEFIT ADMINISTRATION SERVICES, INCLUDING MEDICARE CLAIMS PROCESSING AND PAYMENT SERVICES, IN SUPPO

Who is the contractor on this award?

The obligated recipient is NORIDIAN HEALTHCARE 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 $64.6 million.

What is the period of performance?

Start: 2024-03-01. End: 2031-02-28.

What is Noridian Healthcare Solutions' track record with Medicare Administrative Contracts, particularly for Durable Medical Equipment?

Noridian Healthcare Solutions has a significant history as a Medicare Administrative Contractor (MAC). They have previously held MAC contracts, including those specifically for Durable Medical Equipment (DME) in various jurisdictions. Their experience as an incumbent in this role suggests familiarity with the operational complexities, regulatory requirements, and stakeholder needs associated with managing DME claims processing and related services for Medicare. This continuity is often a factor in contract awards, as it implies a reduced learning curve and established processes. However, a detailed review of their past performance metrics, any past performance issues, and their success in meeting previous contract objectives would be necessary for a comprehensive assessment of their track record.

How does the awarded amount of $64.6 million compare to similar DME MAC contracts awarded by CMS?

Benchmarking the $64.6 million award for this 7-year DME MAC contract requires comparing it to similar contracts. The average annual value is approximately $9.2 million. While specific, directly comparable contract values are not publicly itemized in a readily accessible database for all DME MACs, CMS typically awards multiple MAC contracts across different jurisdictions and for different benefit categories. Historically, MAC contracts can range from tens of millions to hundreds of millions of dollars over their lifespan, depending on the size of the jurisdiction, the volume of claims, and the specific services required. Given that this is for a specific benefit category (DME) and likely covers a defined geographic region or set of states, $9.2 million annually appears to be within a plausible range for such administrative services. A more precise comparison would involve analyzing the scope, duration, and number of beneficiaries covered by other DME MAC contracts awarded during similar periods.

What are the primary risks associated with a Cost Plus Award Fee (CPAF) contract for Medicare administrative services?

The primary risks associated with a Cost Plus Award Fee (CPAF) contract for Medicare administrative services like this DME MAC award revolve around cost control and performance management. In a CPAF structure, the contractor is reimbursed for allowable costs plus a fee that is composed of a base fee and an award amount. The award amount is contingent upon meeting or exceeding performance objectives. The risk for the government is that costs could escalate beyond initial projections if performance targets are not clearly defined, measurable, or if scope creep occurs without adequate controls. There's also a risk that the contractor might focus on achieving award fee criteria that are not necessarily the most critical for overall program success or cost-efficiency. Effective oversight, robust performance metrics, and diligent cost monitoring by the agency are crucial to mitigate these risks and ensure value for taxpayer dollars.

How does the competition level (2 bidders) in this full and open competition potentially impact price discovery and value for money?

A competition with only two bidders in a 'full and open' solicitation presents a mixed picture for price discovery and value for money. On one hand, having at least two bidders ensures some level of market tension and prevents a sole-source situation, which typically leads to higher prices. The bidders are compelled to offer competitive proposals to win the contract. On the other hand, a low number of bidders (two) might indicate potential barriers to entry in the market, such as high startup costs, specialized expertise requirements, or limited qualified contractors. This could mean that the government is not realizing the full benefit of a highly competitive market, potentially leading to prices that are not as low as they might be with more bidders. The agency's evaluation process, particularly the assessment of the proposed costs and the award fee structure, becomes critical in ensuring that the selected contractor provides good value despite the limited competition.

What are the implications of this contract's 7-year duration for service continuity and potential contractor lock-in?

The 7-year duration (2555 days) of this contract provides significant service continuity for Medicare beneficiaries and providers relying on the DME MAC services. This long-term commitment allows the contractor, Noridian Healthcare Solutions, to invest in infrastructure, technology, and personnel necessary for efficient operations, reducing the disruption often associated with frequent contract transitions. However, a long duration also carries the risk of contractor 'lock-in.' If the contractor becomes complacent or if market conditions change, the government may have fewer immediate options to seek better performance or pricing until the contract expires. It also means that the government is committed to this specific provider for an extended period, potentially missing out on innovations or more competitive offerings that might emerge from new entrants or other established players during that time. Robust performance management and clear exit strategies are essential to mitigate the risks of long-term contracts.

How does the Centers for Medicare and Medicaid Services (CMS) typically ensure accountability and performance in its MAC contracts?

CMS ensures accountability and performance in its MAC contracts through a multi-faceted approach. Central to this is the contract's structure, often utilizing performance-based elements like the Award Fee in this CPAF contract. CMS establishes Key Performance Indicators (KPIs) and Service Level Agreements (SLAs) that the contractor must meet. Regular performance reviews are conducted, where the contractor's adherence to these metrics is assessed, directly impacting the potential award fee earned. Furthermore, CMS maintains program integrity units that monitor for fraud, waste, and abuse. The Office of the Inspector General (OIG) also plays a role in investigating potential misconduct. Transparency is fostered through public reporting of contract awards and performance data, although specific operational details remain confidential. Contract modifications and potential remedies for non-performance are also tools CMS uses to enforce accountability.

Industry Classification

NAICS: Finance and InsuranceInsurance CarriersDirect Health and Medical Insurance Carriers

Product/Service Code: SOCIAL SERVICESSOCIAL SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Offers Received: 2

Pricing Type: COST PLUS AWARD FEE (R)

Evaluated Preference: NONE

Contractor Details

Address: 4510 13TH AVE S STE 1, FARGO, ND, 58103

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $184,004,424

Exercised Options: $70,938,903

Current Obligation: $64,591,607

Actual Outlays: $33,745,352

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2024-03-01

Current End Date: 2031-02-28

Potential End Date: 2031-02-28 00:00:00

Last Modified: 2026-03-16

More Contracts from Noridian Healthcare Solutions, LLC

View all Noridian Healthcare Solutions, LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending