HHS awards $38.8K contract for radiologist services at North Dakota hospital, highlighting critical healthcare support needs

Contract Overview

Contract Amount: $38,839 ($38.8K)

Contractor: ICY Bones, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2024-09-04

End Date: 2026-09-17

Contract Duration: 743 days

Daily Burn Rate: $52/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 2

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FIRM FIXED-PRICE, NON-PERSONAL SERVICE TYPE, COMMERCIAL ITEM PURCHASE ORDER TO PROVIDE ONE (1) DIAGNOSTIC CT/RADIOLOGIC TECHNOLOGIST FOR THE STANDING ROCK SERVICE UNIT (SRSU), FORT YATES IHS HOSPITAL, FORT YATES, ND. PERIOD OF PERFORMANCE: 09/08/2024

Place of Performance

Location: FORT YATES, SIOUX County, NORTH DAKOTA, 58538

State: North Dakota Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $38,838.54 to ICY BONES, LLC for work described as: FIRM FIXED-PRICE, NON-PERSONAL SERVICE TYPE, COMMERCIAL ITEM PURCHASE ORDER TO PROVIDE ONE (1) DIAGNOSTIC CT/RADIOLOGIC TECHNOLOGIST FOR THE STANDING ROCK SERVICE UNIT (SRSU), FORT YATES IHS HOSPITAL, FORT YATES, ND. PERIOD OF PERFORMANCE: 09/08/2024 Key points: 1. Contract ensures essential diagnostic imaging services for the Standing Rock Service Unit. 2. Focus on specialized medical personnel addresses a specific healthcare gap. 3. The award to a single vendor suggests a streamlined procurement process for immediate needs. 4. Performance period extends over two years, indicating a sustained requirement. 5. Geographic focus on Fort Yates, North Dakota, targets a specific community's healthcare access. 6. The contract type (Firm Fixed Price) provides cost certainty for the government.

Value Assessment

Rating: good

The contract value of $38,838.54 for a single diagnostic CT/Radiologic Technologist over approximately two years appears reasonable given the specialized nature of the service and the remote location. Benchmarking against similar contracts for temporary medical staffing in underserved areas would provide a more precise assessment, but the price seems aligned with the need for specialized, on-demand expertise. The firm fixed-price structure limits cost overruns.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under Simplified Acquisition Procedures (SAP), suggesting a limited competition environment. While the specific number of bidders is not detailed, SAP is typically used for procurements under the simplified acquisition threshold, often resulting in fewer than the full and open competition. This approach is suitable for acquiring specialized services quickly but may not always yield the lowest possible price compared to broader solicitations.

Taxpayer Impact: Limited competition under SAP can mean taxpayers may not benefit from the most aggressive pricing achievable through a wider bidding process, though it ensures timely acquisition of essential services.

Public Impact

Native American communities served by the Standing Rock Service Unit will benefit from continued access to diagnostic imaging. The contract delivers crucial radiologic technologist services to the Fort Yates IHS Hospital. Geographic impact is concentrated in Fort Yates, North Dakota, improving local healthcare infrastructure. The contract supports specialized healthcare workforce needs in a rural setting.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Healthcare sector, specifically focusing on medical equipment and services. The market for specialized medical staffing, particularly for rural and Indian Health Service facilities, is often characterized by a need for rapid deployment and specialized skills. While the dollar amount is modest, it represents a critical component of healthcare delivery in remote areas where attracting and retaining qualified personnel can be challenging. Comparable spending would involve other contracts for temporary medical professionals or diagnostic imaging services in similar settings.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). As a commercial item purchase order under SAP, it may not have been specifically structured to encourage small business participation. However, the prime contractor, ICY BONES, LLC, could potentially utilize small businesses for subcontracting, though this is not explicitly detailed in the provided data.

Oversight & Accountability

Oversight for this contract would primarily fall under the Indian Health Service (IHS) within the Department of Health and Human Services. Standard contract administration and performance monitoring processes would be in place to ensure compliance with the firm fixed-price terms and service delivery requirements. Transparency is facilitated through contract databases, though specific performance metrics and oversight reports may not be publicly detailed.

Related Government Programs

Risk Flags

Tags

healthcare, indian-health-service, north-dakota, purchase-order, firm-fixed-price, limited-competition, medical-services, diagnostic-imaging, rural, department-of-health-and-human-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $38,838.54 to ICY BONES, LLC. FIRM FIXED-PRICE, NON-PERSONAL SERVICE TYPE, COMMERCIAL ITEM PURCHASE ORDER TO PROVIDE ONE (1) DIAGNOSTIC CT/RADIOLOGIC TECHNOLOGIST FOR THE STANDING ROCK SERVICE UNIT (SRSU), FORT YATES IHS HOSPITAL, FORT YATES, ND. PERIOD OF PERFORMANCE: 09/08/2024

Who is the contractor on this award?

The obligated recipient is ICY BONES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Indian Health Service).

What is the total obligated amount?

The obligated amount is $38,838.54.

What is the period of performance?

Start: 2024-09-04. End: 2026-09-17.

What is the track record of ICY BONES, LLC in providing similar radiologic technologist services to federal agencies?

Information regarding the specific track record of ICY BONES, LLC in providing radiologic technologist services to federal agencies is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported issues or commendations associated with this vendor. Without this historical data, it is difficult to definitively assess their reliability and experience in fulfilling similar federal requirements. Further investigation into federal procurement databases and past performance information repositories would be necessary to establish a robust understanding of their capabilities and past performance.

How does the awarded price compare to market rates for similar radiologic technologist services in rural North Dakota?

The awarded price of $38,838.54 for approximately two years of service for one Diagnostic CT/Radiologic Technologist is difficult to benchmark precisely without more granular market data specific to rural North Dakota. Factors such as the cost of living, travel, and the scarcity of specialized medical professionals in remote areas significantly influence pricing. Generally, temporary or contract staffing for specialized roles in underserved regions tends to command higher rates than in metropolitan areas due to these factors. A detailed market analysis would involve comparing this rate against average salaries for similar positions, factoring in agency overhead, benefits, and profit margins for contract providers in comparable geographic and economic conditions.

What are the primary risks associated with this contract, and what mitigation strategies are in place?

The primary risks associated with this contract include potential performance deficiencies by the contractor (ICY BONES, LLC), leading to gaps in essential diagnostic imaging services at the Fort Yates IHS Hospital. Another risk is the potential for contractor personnel turnover, which could disrupt service continuity. Given the limited competition, there's also a risk that the pricing may not be the most cost-effective over the long term. Mitigation strategies likely involve robust contract administration by the IHS, including regular performance monitoring, clear communication channels with the contractor, and defined remedies for non-performance as stipulated in the contract terms. Ensuring the contractor has adequate backup personnel plans could also mitigate turnover risks.

How effective is this contract in addressing the long-term healthcare needs of the Standing Rock Service Unit?

This contract is designed to address an immediate and specific need for a Diagnostic CT/Radiologic Technologist, thereby ensuring the continuity of essential diagnostic services. Its effectiveness in addressing long-term healthcare needs is limited, as it provides a temporary staffing solution rather than a permanent infrastructure or personnel investment. While crucial for maintaining current service levels, it does not inherently solve underlying issues related to healthcare workforce shortages or facility development in the region. Long-term effectiveness would depend on integrating these services into a broader strategy that includes recruitment, retention, and potentially expanding permanent healthcare capabilities within the Standing Rock Service Unit.

What has been the historical spending pattern for radiologic technologist services at the Standing Rock Service Unit?

The provided data does not include historical spending patterns for radiologic technologist services at the Standing Rock Service Unit. To assess historical spending, one would need to examine past contracts awarded for similar services to this specific facility or the broader Indian Health Service network in North Dakota. Analyzing trends in contract values, durations, and the number of vendors utilized over several fiscal years would reveal whether this $38,838.54 award represents an increase, decrease, or consistent level of spending for such services. Understanding historical context is crucial for identifying potential cost efficiencies or escalating needs.

Industry Classification

NAICS: Health Care and Social AssistanceMedical and Diagnostic LaboratoriesDiagnostic Imaging Centers

Product/Service Code: MEDICAL SERVICESMEDICAL, DENTAL, AND SURGICAL SVCS

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: RFQ-24-064

Offers Received: 2

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 504 W DIVIDE AVE, BISMARCK, ND, 58501

Business Categories: Category Business, Limited Liability Corporation, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $172,048

Exercised Options: $70,681

Current Obligation: $38,839

Actual Outlays: $43,792

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2024-09-04

Current End Date: 2026-09-17

Potential End Date: 2029-09-17 00:00:00

Last Modified: 2026-04-07

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending