HHS awards $33M to OptumServe for claims processing, raising questions about competition and value
Contract Overview
Contract Amount: $33,069,663 ($33.1M)
Contractor: Optumserve Technology Services, Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2021-04-07
End Date: 2024-10-06
Contract Duration: 1,278 days
Daily Burn Rate: $25.9K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: CLAIMS PROCESSING SERVICES FOR THE PROVIDER RELIEF AND PROTECTION FUND
Place of Performance
Location: COLUMBIA, HOWARD County, MARYLAND, 21044
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $33.1 million to OPTUMSERVE TECHNOLOGY SERVICES, INC. for work described as: CLAIMS PROCESSING SERVICES FOR THE PROVIDER RELIEF AND PROTECTION FUND Key points: 1. Contract awarded on a sole-source basis, limiting potential cost savings from competition. 2. The contract duration of over three years suggests a significant, ongoing need for these services. 3. Fixed-price contract type may offer cost certainty but could limit flexibility for evolving needs. 4. The agency's justification for a sole-source award warrants scrutiny for potential alternatives. 5. Performance context is crucial to understand if the current provider is meeting all service level agreements. 6. Sector positioning within Pharmacy Benefit Management indicates a specialized and critical function.
Value Assessment
Rating: questionable
Benchmarking the value of this $33 million contract is challenging without comparable sole-source awards or detailed performance metrics. The fixed-price nature provides some cost predictability, but the lack of competition raises concerns about whether the government is achieving the best possible price. Without a competitive process, it's difficult to assess if OptumServe's pricing is aligned with market rates for similar claims processing services. Further analysis of performance against established benchmarks would be needed to fully evaluate the value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded using a sole-source justification, meaning it was not openly competed. The Health Resources and Services Administration (HRSA) likely cited specific reasons, such as urgency or the unique capabilities of OptumServe, for bypassing the standard competitive procurement process. The absence of multiple bidders means there was no direct price comparison or negotiation driven by market forces, potentially leading to higher costs for the government.
Taxpayer Impact: The lack of competition means taxpayers may not have benefited from the cost efficiencies that typically arise from a competitive bidding environment. This could translate to a higher overall expenditure for the claims processing services provided.
Public Impact
Beneficiaries of the Provider Relief and Protection Fund, likely healthcare providers, receive timely claims processing. Essential administrative services are delivered to support the distribution and management of relief funds. The geographic impact is national, supporting healthcare providers across the United States. Workforce implications are primarily within the contractor's organization, but indirectly support the healthcare sector's operational capacity.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential savings.
- Lack of transparency in the justification for sole-source procurement.
- Fixed-price contract may not incentivize efficiency beyond meeting minimum requirements.
- Potential for vendor lock-in due to specialized nature of services.
Positive Signals
- Contract supports critical government functions related to healthcare relief.
- Fixed-price contract offers budget certainty for the agency.
- Long-term contract duration suggests a stable and ongoing need being met.
Sector Analysis
The Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds sector is a critical component of the healthcare industry, involving complex administrative and financial processes. This contract falls within this specialized area, supporting the operational backbone of healthcare funding mechanisms. Comparable spending benchmarks are difficult to ascertain due to the sole-source nature, but the overall market for claims processing and PBM services is substantial, with significant government and private sector investment.
Small Business Impact
This contract does not appear to involve small business set-asides, as it was awarded to a single, likely large, entity. There is no explicit information regarding subcontracting plans for small businesses. The focus on a sole-source award to a major provider suggests that small business participation in this specific contract is unlikely, potentially limiting opportunities within the small business ecosystem for these specialized services.
Oversight & Accountability
Oversight mechanisms for this contract would primarily reside with the Health Resources and Services Administration (HRSA). Accountability measures would be defined by the contract's performance work statement and service level agreements. Transparency is limited due to the sole-source nature, with the justification for the award being the primary document for public scrutiny. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Provider Relief Fund
- Healthcare Claims Processing
- Pharmacy Benefit Management Services
- Health Insurance Administration
- Government Health IT Contracts
Risk Flags
- Sole-source award raises concerns about competition and potential overpricing.
- Lack of transparency regarding the justification for sole-source procurement.
- Potential for vendor lock-in due to the specialized nature of services.
- Contract duration extends significantly, requiring ongoing monitoring.
Tags
healthcare, hhs, hrsa, definitive-contract, firm-fixed-price, sole-source, claims-processing, pharmacy-benefit-management, third-party-administration, provider-relief-fund, maryland, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $33.1 million to OPTUMSERVE TECHNOLOGY SERVICES, INC.. CLAIMS PROCESSING SERVICES FOR THE PROVIDER RELIEF AND PROTECTION FUND
Who is the contractor on this award?
The obligated recipient is OPTUMSERVE TECHNOLOGY SERVICES, INC..
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Health Resources and Services Administration).
What is the total obligated amount?
The obligated amount is $33.1 million.
What is the period of performance?
Start: 2021-04-07. End: 2024-10-06.
What specific justification did the agency provide for awarding this contract on a sole-source basis?
The provided data does not include the specific justification for the sole-source award. Typically, agencies cite reasons such as urgency, unique capabilities of the contractor, or the unavailability of other sources. For this contract, the Health Resources and Services Administration (HRSA) would have documented these reasons in a Justification for Other Than Full and Open Competition (JOFOC). Without access to the JOFOC, it is impossible to definitively state the agency's rationale. However, common reasons for sole-source awards in critical service areas like claims processing include the need for seamless continuity of operations, specialized technical expertise, or the existence of proprietary systems that only the incumbent contractor can manage effectively.
How does the fixed-price contract type impact the government's risk and potential for cost savings compared to other contract types?
A Firm Fixed Price (FFP) contract, like the one awarded to OptumServe, shifts most of the cost risk to the contractor. This means the contractor is obligated to complete the work for the agreed-upon price, regardless of their actual costs. For the government, this offers budget certainty and predictability, as the total cost is known upfront. However, it can limit potential cost savings if the contractor is highly efficient, as the government does not share in those savings. Conversely, if the contractor underestimates costs, they bear the loss, which could incentivize them to cut corners on quality or service if not adequately monitored. In a sole-source scenario, the FFP structure primarily benefits the government by capping the expenditure, but the absence of competition means the initial price might be higher than it would be in a competitive environment.
What are the key performance indicators (KPIs) likely being used to measure OptumServe's performance under this contract?
While specific KPIs are not detailed in the provided data, typical performance indicators for claims processing services include claims processing accuracy rates, turnaround time for claims submission and payment, denial rates, customer service response times (for both providers and potentially beneficiaries), data security compliance, and adherence to regulatory requirements. For the Provider Relief and Protection Fund, specific metrics related to the timely and accurate disbursement of funds to eligible healthcare providers would also be critical. The contract's Performance Work Statement (PWS) would outline these KPIs and the acceptable performance levels, along with any associated award fees or penalties.
What is the historical spending pattern for claims processing services by the Health Resources and Services Administration (HRSA) or similar agencies?
The provided data only includes information for this specific contract awarded in April 2021. To understand historical spending patterns, one would need to analyze HRSA's procurement history for claims processing and related administrative services over several years. This would involve searching federal procurement databases (like FPDS or USASpending.gov) for previous contracts awarded by HRSA or the Department of Health and Human Services (HHS) for similar services. Analyzing these patterns could reveal trends in contract values, durations, award types (competed vs. sole-source), and the contractors historically used. Without this broader historical context, it's difficult to determine if the $33 million award represents an increase, decrease, or consistent level of spending for these services.
What are the potential risks associated with relying on a single contractor for critical claims processing functions?
Relying on a single contractor, especially through a sole-source award, presents several risks. Firstly, there's a risk of vendor lock-in, where the government becomes heavily dependent on the contractor's systems and expertise, making it difficult and costly to switch providers in the future. Secondly, without competition, there's a reduced incentive for the contractor to innovate or offer the most cost-effective solutions, potentially leading to complacency. Thirdly, a sole-source arrangement can limit the government's leverage in negotiations. Finally, if the contractor experiences financial difficulties, operational failures, or data breaches, the impact on critical government functions like claims processing could be severe and immediate, with limited alternative options available in the short term.
Industry Classification
NAICS: Finance and Insurance › Agencies, Brokerages, and Other Insurance Related Activities › Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds
Product/Service Code: MEDICAL SERVICES › SPECIALIZED TECHNICAL/ MEDICAL SUPPORT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 75R60221R00011
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Unitedhealth Group Incorporated
Address: 10480 LITTLE PATUXENT PKWY SUITE 310, COLUMBIA, MD, 21044
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $66,837,768
Exercised Options: $33,069,663
Current Obligation: $33,069,663
Actual Outlays: $31,711,099
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2021-04-07
Current End Date: 2024-10-06
Potential End Date: 2024-10-06 00:00:00
Last Modified: 2024-04-05
More Contracts from Optumserve Technology Services, Inc.
- Nitaac Cio-Sp3 Task Order for ONE PI — $175.8M (Department of Health and Human Services)
- Data Service HUB — $174.1M (Department of Health and Human Services)
- Claims Reimbursement to Health Care Providers and Facilities for Testing, Treatment and Vaccine Administration for the Uninsured — $169.1M (Department of Health and Human Services)
- Enterprise Identity Management Services — $150.1M (Department of Health and Human Services)
- Data Services HUB (DSH) Logical Follow-On — $103.6M (Department of Health and Human Services)
View all Optumserve Technology Services, Inc. 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 →