MIT awarded $2.5M for Web Accessibility Initiative, raising questions on competition and value
Contract Overview
Contract Amount: $2,498,373 ($2.5M)
Contractor: Massachusetts Institute of Technology
Awarding Agency: Department of Health and Human Services
Start Date: 2020-09-28
End Date: 2025-09-28
Contract Duration: 1,826 days
Daily Burn Rate: $1.4K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: WEB ACCESSIBILITY INITIATIVE (WAI) CORE
Place of Performance
Location: ROCKVILLE, MONTGOMERY County, MARYLAND, 20852
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $2.5 million to MASSACHUSETTS INSTITUTE OF TECHNOLOGY for work described as: WEB ACCESSIBILITY INITIATIVE (WAI) CORE Key points: 1. Contract awarded via purchase order, indicating a less formal procurement process. 2. The contract duration of 1826 days (5 years) is substantial for administrative management services. 3. Fixed-price contract type may offer cost certainty but could limit flexibility. 4. The absence of competition raises concerns about potential overpayment and limited market engagement. 5. The specific services under 'Administrative Management and General Management Consulting Services' require further clarification regarding their direct link to web accessibility. 6. The contract's value, while not exceptionally large, warrants scrutiny due to the procurement method.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the lack of publicly available comparable data for the specific 'Web Accessibility Initiative (WAI) Core' services under a sole-source or not-competed award. The fixed-price nature suggests a defined scope, but without competitive bids, it's difficult to ascertain if the $2.5 million represents a fair market price. The duration of five years for administrative management services also warrants a closer look at the necessity and efficiency of such a long-term, non-competitive engagement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as 'NOT COMPETED' via a purchase order. This indicates that the agency identified a specific source, MIT, and did not solicit bids from other potential contractors. While sole-source awards can be justified under certain circumstances (e.g., unique capabilities), the lack of competition typically leads to less favorable pricing and reduced opportunities for innovation compared to fully competed contracts. The absence of multiple bidders means there was no direct price discovery through market forces.
Taxpayer Impact: Taxpayers may not be receiving the best value for their money when contracts are not competed. The lack of competitive pressure can lead to higher costs and potentially less efficient service delivery, as there is no incentive for the contractor to offer the lowest possible price or the most innovative solution.
Public Impact
The primary beneficiary is the Department of Health and Human Services (HHS), specifically the Office of the Assistant Secretary for Administration, in managing the Web Accessibility Initiative. The services delivered are related to administrative management and general management consulting, presumably to support the WAI Core. The geographic impact is primarily within Maryland, where the contract is administered. Workforce implications are likely internal to MIT and potentially within HHS, related to project management and oversight.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition for a significant contract duration raises concerns about price reasonableness.
- The broad categorization of 'Administrative Management and General Management Consulting Services' may obscure the specific deliverables related to web accessibility.
- The five-year term for a non-competed award could indicate a lack of proactive planning or a missed opportunity for market engagement.
- The use of a purchase order for a contract of this value and duration might bypass more rigorous procurement controls.
Positive Signals
- MIT is a reputable institution with a strong track record in research and development, potentially bringing significant expertise.
- The fixed-price contract type provides cost predictability for the agency.
- The contract is intended to support the critical function of web accessibility, aligning with federal mandates.
Sector Analysis
The IT services sector, particularly in areas related to digital accessibility and compliance, is a growing market. Federal agencies are increasingly focused on ensuring their digital platforms are accessible to all users, driving demand for related consulting and management services. While specific market size data for 'Web Accessibility Initiative Core' management is not readily available, the broader IT consulting market is substantial. Comparable spending benchmarks for administrative management consulting services vary widely based on scope and provider, but non-competed awards often command a premium.
Small Business Impact
There is no indication that this contract included a small business set-aside. Given the award to a large research institution like MIT, it is unlikely that small businesses were directly involved as prime contractors. Subcontracting opportunities for small businesses are not specified in the provided data, and the nature of the services might not lend itself to extensive subcontracting.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Health and Human Services, specifically the Office of the Assistant Secretary for Administration. As a purchase order, the level of formal oversight might be less than for a full-fledged contract. Transparency is limited due to the non-competed nature and the lack of detailed public justification. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Federal IT Accessibility Mandates
- Section 508 Compliance
- Digital Services Modernization
- Administrative Management Consulting
Risk Flags
- Lack of Competition
- Potential for Overpricing
- Limited Transparency
- Long Contract Duration for Non-Competed Award
Tags
it-services, administrative-management, consulting, web-accessibility, hhs, massachusetts-institute-of-technology, purchase-order, not-competed, firm-fixed-price, long-term-contract, federal-government, health-and-human-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $2.5 million to MASSACHUSETTS INSTITUTE OF TECHNOLOGY. WEB ACCESSIBILITY INITIATIVE (WAI) CORE
Who is the contractor on this award?
The obligated recipient is MASSACHUSETTS INSTITUTE OF TECHNOLOGY.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Administration).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2020-09-28. End: 2025-09-28.
What specific deliverables are expected under the 'Web Accessibility Initiative (WAI) Core' for MIT's administrative management services?
The provided data categorizes the services under NAICS code 541611, 'Administrative Management and General Management Consulting Services.' While the contract name mentions 'Web Accessibility Initiative (WAI) Core,' the specific deliverables are not detailed. Typically, such services could include project management, strategic planning, policy development, coordination of efforts, and reporting related to the WAI. However, without further documentation, it's unclear if these services directly involve technical web accessibility implementation, auditing, or training, or if they are purely supportive administrative functions for a larger initiative managed by HHS.
Why was this contract not competed, and what justification was provided?
The data explicitly states the contract was 'NOT COMPETED.' Federal procurement regulations allow for non-competitive awards under specific circumstances, such as when only one source possesses the unique capability or when it's in the government's best interest due to urgency or specific program needs. However, the justification for this specific award to MIT is not provided in the data. A sole-source award to a large institution like MIT for administrative services, even for a specialized initiative, often raises questions about whether alternative solutions or providers were adequately considered. Further investigation into the justification document (e.g., a Justification and Approval - J&A) would be necessary to understand the rationale.
How does the $2.5 million price compare to similar administrative management consulting contracts for web accessibility initiatives?
Direct comparison is difficult without more specific details on the scope of work and the nature of the 'WAI Core' services. The $2.5 million over five years equates to approximately $500,000 annually. This figure can vary significantly based on the complexity of the initiative, the level of expertise required, and the specific tasks performed. For broad administrative support, this might be reasonable. However, if the services involve highly specialized technical consulting or extensive program management for a large-scale initiative, it could be on the lower end. The lack of competition prevents a direct market-based valuation.
What is MIT's track record with federal contracts, particularly in administrative management and web accessibility?
Massachusetts Institute of Technology (MIT) is a world-renowned research university with extensive experience in receiving federal funding and contracts across various scientific, technological, and administrative domains. While specific details on their track record solely in 'administrative management and general management consulting services' for web accessibility initiatives are not provided, MIT consistently secures large federal grants and contracts, particularly in research and development. Their reputation suggests a high level of capability, but the focus here is on administrative support rather than direct technical web development or accessibility auditing, which might be a different area of their expertise.
What are the potential risks associated with a five-year, non-competed contract for administrative services?
The primary risks include potential lack of cost-effectiveness, as the absence of competition removes the incentive for the contractor to offer the lowest price. There's also a risk of complacency or reduced innovation from the contractor over the long term. Furthermore, the government might be locked into a solution that becomes outdated or less suitable as needs evolve, without the opportunity to re-evaluate the market. Finally, the lack of transparency inherent in non-competed awards can lead to public perception issues and scrutiny regarding fairness and value for taxpayer money.
How does this contract align with broader federal efforts in digital accessibility and IT modernization?
This contract directly supports federal efforts by funding the 'Web Accessibility Initiative (WAI) Core,' managed by HHS. Federal agencies are mandated by laws like the Rehabilitation Act (Section 508) to ensure their digital information and technology are accessible to people with disabilities. Contracts like this, even if focused on administrative support, are crucial for the operationalization and management of these initiatives. They contribute to the overall goal of creating an inclusive digital government. The success of this contract would ideally lead to improved accessibility standards and practices within HHS and potentially influence broader federal approaches.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 75P00120Q00121
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 77 MASSACHUSETTS AVE, CAMBRIDGE, MA, 02139
Business Categories: Category Business, Corporate Entity Tax Exempt, Educational Institution, Higher Education, Nonprofit Organization, Not Designated a Small Business, Higher Education (Private), Higher Education (Public), Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,498,373
Exercised Options: $2,498,373
Current Obligation: $2,498,373
Actual Outlays: $2,136,627
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2020-09-28
Current End Date: 2025-09-28
Potential End Date: 2025-09-28 00:00:00
Last Modified: 2026-03-10
More Contracts from Massachusetts Institute of Technology
- Federal Contract — $3.2B (Department of Defense)
- 200507!000127!5700!fa8721!esc/Xpk !FA872105C0002 !A!N! !Y! ! !20050401!20100331!001425594!001425594!001425594!n!massachusetts Institute of TEC!77 Massachusetts AVE Ne49-!cambridge !ma!02139!11000!017!25!cambridge !middlesex !mass !+000010298000!n!n!003260606491!ac61!rdte/Electronics&communication Eq-Basic Research!s1 !services !000 !* !541990!E! !3! ! ! ! ! !20200930!B!A! !n!z!d!u!s!1!001!n!3a!z!y!d! ! !N!V!N! ! ! ! ! !a!a!000!a!c!n! ! ! !Y! ! !0001! ! — $3.0B (Department of Defense)
- Transition of Programs From MIT LL Contract FA8721-05-C-0002 to MIT LL Contract FA8702-15-D-0001 — $1.6B (Department of Defense)
- Massachusetts Institute of Technology: Lincoln Laboratory - Research and Development — $1.4B (Department of Defense)
- MIT LL Non-Severable Task Order Program 1815 — $1.0B (Department of Defense)
View all Massachusetts Institute of Technology 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 →