HHS awards $1.29M for temporary diagnostic ultrasound tech services to Mobile Life Imaging, LLC

Contract Overview

Contract Amount: $128,570 ($128.6K)

Contractor: Mobile Life Imaging, LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2026-04-13

End Date: 2031-04-12

Contract Duration: 1,825 days

Daily Burn Rate: $70/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 22

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: TEMPORARY DIAGNOSTIC ULTRASOUND TECH SERVICE FOR THE BELCOURT HOSPTIAL

Place of Performance

Location: BELCOURT, ROLETTE County, NORTH DAKOTA, 58316

State: North Dakota Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $128,570 to MOBILE LIFE IMAGING, LLC for work described as: TEMPORARY DIAGNOSTIC ULTRASOUND TECH SERVICE FOR THE BELCOURT HOSPTIAL Key points: 1. Contract awarded for essential diagnostic imaging support at Belcourt Hospital. 2. The duration of the contract is 5 years, indicating a long-term need. 3. The contract type is Firm Fixed Price, providing cost certainty. 4. Competition was conducted under Simplified Acquisition Procedures (SAP), suggesting a focus on efficiency for smaller procurements. 5. The award was made via Purchase Order, a common method for services. 6. The North Dakota location highlights regional healthcare support needs.

Value Assessment

Rating: good

The contract value of $1.29 million over five years for temporary diagnostic ultrasound technician services appears reasonable given the specialized nature of the service and the duration. Benchmarking against similar contracts for temporary medical staffing can be challenging due to variations in scope, location, and specific skill sets required. However, the firm fixed-price structure suggests that the government has negotiated a set rate, which aids in budget predictability. Without specific per-hour or per-service rates, a precise value-for-money assessment is difficult, but the overall award seems aligned with typical costs for such essential healthcare support.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a limited number of bidders compared to full and open competition. While the specific number of bids received is not detailed, SAP is designed for procurements under the simplified acquisition threshold, aiming for efficiency. The limited competition under SAP might mean fewer potential offerors were solicited, potentially impacting the breadth of price discovery. However, it also suggests a streamlined process suitable for the contract's value.

Taxpayer Impact: For taxpayers, limited competition under SAP can sometimes lead to slightly higher prices than a fully open competition, but the efficiency gains and faster award times can also represent value. The focus is on obtaining a fair price within a streamlined process.

Public Impact

Patients at the Belcourt Hospital will benefit from continued access to crucial diagnostic ultrasound services. The contract ensures the availability of skilled technicians, supporting the hospital's diagnostic capabilities. This service directly impacts healthcare delivery in the region served by the Indian Health Service. The contract supports the operational capacity of a key healthcare facility within the Indian Health Service network.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare services sector, particularly within government contracting, often involves specialized technical support. Temporary staffing for medical imaging is a niche but critical component of healthcare delivery, especially in remote or underserved areas. The market for such services is driven by the need for flexibility and specialized skills that may not be consistently available in-house. This contract fits within the broader category of healthcare support services, where agencies like the Indian Health Service procure specialized expertise to fulfill their mission.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). However, the award was made via Purchase Order under Simplified Acquisition Procedures, which can be accessible to small businesses. Further analysis would be needed to determine if any small businesses were solicited or subcontracted, but there is no explicit indication of a small business focus in this award.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Health and Human Services (HHS) and the Indian Health Service (IHS). As a Purchase Order, it is likely managed by a contracting officer's representative (COR) who monitors performance and ensures compliance with the contract terms. Transparency is generally maintained through contract databases, and any significant issues could be subject to review by HHS's Office of Inspector General if performance concerns escalate.

Related Government Programs

Risk Flags

Tags

healthcare, indian-health-service, north-dakota, purchase-order, temporary-staffing, diagnostic-ultrasound, firm-fixed-price, simplified-acquisition-procedures, mobile-life-imaging-llc, department-of-health-and-human-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $128,570 to MOBILE LIFE IMAGING, LLC. TEMPORARY DIAGNOSTIC ULTRASOUND TECH SERVICE FOR THE BELCOURT HOSPTIAL

Who is the contractor on this award?

The obligated recipient is MOBILE LIFE IMAGING, 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 $128,570.

What is the period of performance?

Start: 2026-04-13. End: 2031-04-12.

What is the historical spending pattern for temporary diagnostic ultrasound technician services by the Indian Health Service?

Analyzing historical spending for temporary diagnostic ultrasound technician services by the Indian Health Service requires access to detailed contract databases. Generally, IHS, like other federal healthcare providers, utilizes temporary staffing to fill gaps, manage fluctuating demand, or provide specialized services. Spending in this area can vary year-to-year based on facility needs, recruitment challenges, and budget allocations. Without specific historical data for this exact service code and agency, it's difficult to provide precise figures. However, the trend across federal healthcare is an increasing reliance on contract services to maintain operational capacity and access to specialized skills, suggesting a consistent or growing need for such services over time.

How does the awarded price compare to similar contracts for temporary diagnostic ultrasound technician services?

Comparing the awarded price of $1.29 million over five years for temporary diagnostic ultrasound technician services requires detailed benchmarking against contracts with similar scopes, durations, and geographic locations. The firm fixed-price nature of this contract provides a degree of cost certainty. However, without specific per-hour rates or service volumes, a direct comparison is challenging. Generally, the cost of specialized medical technicians can be high, influenced by demand, required certifications, and the urgency of the need. The Indian Health Service often operates in areas where attracting and retaining specialized medical staff can be more difficult, potentially leading to higher contract costs compared to urban centers. Further analysis would involve examining the average hourly rates or daily rates paid under comparable contracts.

What are the key performance indicators (KPIs) for this contract, and how is performance monitored?

Key Performance Indicators (KPIs) for a contract providing temporary diagnostic ultrasound technician services typically revolve around service availability, quality of service delivery, technician qualifications, and adherence to schedules. Specific KPIs might include the percentage of scheduled appointments covered, turnaround time for image acquisition and preliminary reporting (if applicable), patient satisfaction scores, and compliance with all relevant medical and safety regulations. Performance monitoring is usually conducted by a Contracting Officer's Representative (COR) who reviews service reports, conducts site visits, and gathers feedback from hospital staff and patients. Adherence to the contract's technical requirements and service level agreements is crucial for successful performance.

What is the track record of Mobile Life Imaging, LLC in providing similar services to the federal government?

Assessing the track record of Mobile Life Imaging, LLC requires reviewing their past performance on federal contracts, particularly those involving temporary medical imaging services. Information on past performance, including client feedback, contract awards, and any past performance issues, is typically available through federal procurement databases like SAM.gov or through specific past performance questionnaires. A positive track record would indicate successful delivery of similar services, adherence to contract terms, and client satisfaction. Conversely, any documented performance issues or disputes could raise concerns about their ability to meet the requirements of this new contract. Without specific details on their past federal engagements, a definitive assessment of their track record is not possible from the provided data.

What are the potential risks associated with relying on a single vendor for temporary diagnostic ultrasound technician services?

Relying on a single vendor for temporary diagnostic ultrasound technician services presents several potential risks. Firstly, there's a risk of service disruption if the vendor experiences staffing shortages, operational issues, or financial instability. Secondly, a lack of competition could potentially lead to price increases in future contract renewals or reduced incentive for the vendor to maintain high service quality. Thirdly, the government's leverage in negotiating terms or addressing performance issues might be diminished. To mitigate these risks, robust contract management, clear performance standards, regular performance reviews, and contingency planning are essential. Maintaining open communication channels with the vendor and exploring alternative sourcing options for future needs can also help manage these risks.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesEmployment ServicesTemporary Help Services

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

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 22

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1335 26TH AVE W, WEST FARGO, ND, 58078

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

Financial Breakdown

Contract Ceiling: $682,596

Exercised Options: $128,570

Current Obligation: $128,570

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-13

Current End Date: 2031-04-12

Potential End Date: 2031-04-12 00:00:00

Last Modified: 2026-04-10

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending