HHS awarded $27.3M for Medicare appeals, with Q2 Administrators handling a significant portion
Contract Overview
Contract Amount: $27,253,656 ($27.3M)
Contractor: Q2 Administrators, LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2006-09-30
End Date: 2010-04-30
Contract Duration: 1,308 days
Daily Burn Rate: $20.8K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 4
Pricing Type: COST PLUS AWARD FEE
Sector: Healthcare
Official Description: TAS::75 0511::TAS QIC PART B WEST AND DMERC APPEALS
Place of Performance
Location: COLUMBIA, RICHLAND County, SOUTH CAROLINA, 29202
Plain-Language Summary
Department of Health and Human Services obligated $27.3 million to Q2 ADMINISTRATORS, LLC for work described as: TAS::75 0511::TAS QIC PART B WEST AND DMERC APPEALS Key points: 1. The contract value of $27.3 million over its period of performance suggests a substantial investment in administrative support. 2. Competition dynamics for this delivery order are not fully detailed, but the contract type indicates a focus on performance-based outcomes. 3. Risk indicators appear moderate, given the established nature of Medicare appeals and the contract's duration. 4. Performance context is tied to the critical function of managing appeals within the Medicare system, impacting beneficiary access to services. 5. Sector positioning places this contract within the broader healthcare administration and consulting services market.
Value Assessment
Rating: fair
Benchmarking the value of this specific delivery order against similar contracts for Medicare appeals processing is challenging without more granular data on the scope of services and performance metrics. The 'Cost Plus Award Fee' (CPAF) contract type suggests that contractor performance directly influences the final payment, aiming for value. However, the total award of $27.3 million over approximately 3.6 years implies an average annual cost of roughly $7.5 million, which needs to be assessed against the volume and complexity of appeals handled to determine true value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The provided data indicates this was a 'COMPETITIVE DELIVERY ORDER' under a larger contract. While the initial award mechanism for the parent contract is not specified, the 'competitive delivery order' designation suggests that multiple vendors likely had an opportunity to bid on this specific task order. The number of bidders for this particular order is not explicitly stated, which limits a precise assessment of the competition level. However, competitive delivery orders generally foster better price discovery and encourage more favorable terms for the government compared to sole-source awards.
Taxpayer Impact: A competitive award process, even for a delivery order, is generally beneficial for taxpayers as it is intended to drive down costs and improve service quality through market forces.
Public Impact
Beneficiaries of Medicare who are appealing coverage or payment decisions directly benefit from the services provided under this contract. The contract delivers essential administrative and management consulting services to support the appeals process for Medicare. The geographic impact is national, as Medicare serves beneficiaries across the United States. Workforce implications include the employment of administrative staff, analysts, and management personnel by the contractor to fulfill the contract requirements.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of specific details on the competitive bidding process for this delivery order makes it difficult to fully assess price reasonableness.
- The 'Cost Plus Award Fee' structure, while performance-oriented, can sometimes lead to higher overall costs if award fees are consistently maximized.
- The contract duration of over three years necessitates ongoing monitoring to ensure continued value and performance.
Positive Signals
- The contract was awarded competitively as a delivery order, indicating some level of market engagement.
- The 'Cost Plus Award Fee' structure incentivizes contractor performance, aligning contractor goals with government objectives.
- The contract supports a critical government function (Medicare appeals), suggesting a well-defined need and established process.
Sector Analysis
This contract falls within the broader Health Information and Administrative Services sector, specifically focusing on management consulting for government healthcare programs. The market for such services is substantial, driven by the complexity of federal healthcare regulations and the need for efficient administrative processes. Comparable spending benchmarks would involve analyzing other contracts awarded by CMS and other federal health agencies for similar administrative support, appeals processing, and management consulting services. The size of this award ($27.3M) is moderate within the context of large federal IT and administrative service contracts.
Small Business Impact
The data indicates that small business participation (ss and sb fields) was not a specific set-aside for this contract. Therefore, the direct impact on small businesses through set-asides is likely minimal. However, the prime contractor, Q2 Administrators, LLC, may engage small businesses as subcontractors. Without specific subcontracting plans or reporting, it's difficult to assess the broader impact on the small business ecosystem. The focus appears to be on the prime contractor's capabilities rather than small business utilization.
Oversight & Accountability
Oversight for this contract would primarily reside with the Centers for Medicare and Medicaid Services (CMS), the contracting agency. As a delivery order under a larger contract, it would be subject to the oversight mechanisms of that parent contract, including performance reviews and financial audits. The 'Cost Plus Award Fee' structure implies performance monitoring to determine award fee payouts. Transparency is generally facilitated through contract databases like FPDS, though detailed performance reports are often internal. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Medicare Appeals
- Administrative Management and General Management Consulting Services
- Healthcare Program Administration
- Federal Health IT Services
Risk Flags
- Potential for bias in appeals processing
- Data security and privacy risks
- Contractor performance variability
- Cost overrun potential under CPAF
Tags
healthcare, medicare, cms, administrative-support, consulting-services, competitive-delivery-order, cost-plus-award-fee, health-administration, appeals-processing, department-of-health-and-human-services
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $27.3 million to Q2 ADMINISTRATORS, LLC. TAS::75 0511::TAS QIC PART B WEST AND DMERC APPEALS
Who is the contractor on this award?
The obligated recipient is Q2 ADMINISTRATORS, 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 $27.3 million.
What is the period of performance?
Start: 2006-09-30. End: 2010-04-30.
What is the historical spending trend for Medicare appeals processing contracts awarded by CMS?
Analyzing historical spending trends for Medicare appeals processing contracts requires a deep dive into CMS's procurement data over several fiscal years. Generally, spending in this area tends to be relatively stable, driven by the volume of beneficiary appeals and the complexity of the cases. However, fluctuations can occur due to changes in legislation, policy updates affecting appeal rights, or shifts in contractor performance and contract renewals. For instance, increased scrutiny on healthcare costs or changes in the appeals process itself could lead to budget adjustments. Without specific data for this contract's predecessors or comparable contracts, it's difficult to pinpoint exact trends, but the consistent need for these services suggests sustained, albeit potentially variable, federal investment.
How does the 'Cost Plus Award Fee' (CPAF) contract type typically impact pricing and contractor performance compared to other contract types?
The Cost Plus Award Fee (CPAF) contract type is designed to incentivize contractor performance by allowing the contractor to recover all allowable costs plus a base fee, with the potential for an additional award fee based on meeting or exceeding performance objectives. This structure can lead to higher overall costs compared to fixed-price contracts because the government assumes more risk regarding cost overruns. However, it is often used for complex services where the scope is not well-defined or where performance quality is paramount, such as research and development or specialized administrative services like Medicare appeals. The award fee component aims to drive better outcomes and value for money by rewarding superior performance, theoretically leading to more efficient and effective service delivery than might be achieved under a simple cost-plus-fixed-fee (CPFF) or cost-reimbursement contract.
What are the key performance indicators (KPIs) typically used to evaluate contractors managing Medicare appeals?
Key performance indicators (KPIs) for contractors managing Medicare appeals typically focus on efficiency, accuracy, timeliness, and beneficiary satisfaction. Common KPIs include the average time to process an appeal, the percentage of appeals processed within statutory deadlines, the accuracy rate of decisions, and the number of appeals overturned on further review. Other metrics might involve the contractor's ability to manage workload fluctuations, maintain data integrity, and provide clear communication to beneficiaries and healthcare providers. For a CPAF contract, these KPIs would be explicitly defined in the Performance Work Statement (PWS) and directly tied to the determination of award fees, ensuring the government receives high-quality service aligned with its objectives.
What is the typical duration and value range for contracts related to Medicare appeals processing?
Contracts for Medicare appeals processing can vary significantly in duration and value depending on the specific function (e.g., redeterminations, reconsiderations, ALJ hearings support) and the scope of services. Durations often range from one to five years, with options for extension. The total contract value can span from a few million dollars for smaller, specialized tasks to tens or even hundreds of millions for large-scale, comprehensive support services covering millions of beneficiaries. The $27.3 million award for this specific delivery order, spanning approximately 3.6 years, falls within a moderate range for supporting a critical administrative function within the vast Medicare program. Benchmarking requires comparing it against contracts with similar service scopes and beneficiary populations.
What are the potential risks associated with outsourcing Medicare appeals processing to private contractors?
Outsourcing Medicare appeals processing carries several potential risks. One primary risk is the potential for compromised impartiality or bias, as contractors are motivated by profit and contract renewals. Ensuring the contractor maintains strict adherence to federal regulations and impartially evaluates appeals is crucial. Another risk involves data security and privacy; handling sensitive beneficiary health information requires robust cybersecurity measures, and breaches can have severe consequences. Performance degradation or failure to meet service level agreements is also a concern, potentially delaying critical healthcare access for beneficiaries. Finally, cost overruns, especially under cost-reimbursement contracts, can strain federal budgets if not managed tightly. Effective oversight and clearly defined performance standards are essential to mitigate these risks.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: MEDICAL SERVICES › GENERAL HEALTH CARE SERVICES
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: RFPQIC040001
Offers Received: 4
Pricing Type: COST PLUS AWARD FEE (R)
Evaluated Preference: NONE
Contractor Details
Address: 300 ARBOR LAKE DR, COLUMBIA, SC, 29223
Business Categories: Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $27,253,656
Exercised Options: $27,253,656
Current Obligation: $27,253,656
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Parent Contract
Parent Award PIID: HHSM500200400010I
IDV Type: IDC
Timeline
Start Date: 2006-09-30
Current End Date: 2010-04-30
Potential End Date: 2010-04-30 00:00:00
Last Modified: 2024-06-13
More Contracts from Q2 Administrators, LLC
- TAS::75 0511::TAS QIC Part B South Redeterminations — $43.5M (Department of Health and Human Services)
- Administrative Qualified Independent Contractor — $32.6M (Department of Health and Human Services)
- - Administrative Qualified Independent Contractor — $27.5M (Department of Health and Human Services)
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 →