HHS awarded $21.6M to First Coast Service Options for Medicare claims processing in Florida

Contract Overview

Contract Amount: $21,599,300 ($21.6M)

Contractor: First Coast Service Options, Inc.

Awarding Agency: Department of Health and Human Services

Start Date: 2014-03-14

End Date: 2014-07-31

Contract Duration: 139 days

Daily Burn Rate: $155.4K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: COST PLUS FIXED FEE

Sector: Healthcare

Official Description: IGF::CT::IGF

Place of Performance

Location: JACKSONVILLE, DUVAL County, FLORIDA, 32202

State: Florida Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $21.6 million to FIRST COAST SERVICE OPTIONS, INC. for work described as: IGF::CT::IGF Key points: 1. Contract awarded on a cost-plus-fixed-fee basis, which can lead to cost overruns if not managed carefully. 2. The contract was not competed, raising questions about potential price efficiencies and market-driven rates. 3. Limited competition suggests a potential risk of reduced innovation and less favorable terms for the government. 4. The duration of 139 days is relatively short, indicating a specific, time-bound need for services. 5. The contract falls under the Direct Health and Medical Insurance Carriers NAICS code, a critical sector for healthcare administration. 6. The base award amount of $15.5M suggests a significant portion of the total value was allocated upfront.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging without more detailed cost breakdowns and comparisons to similar Medicare claims processing contracts. The cost-plus-fixed-fee structure inherently carries more risk for the government compared to fixed-price contracts, as costs can escalate. However, the fixed fee component provides some predictability. The base award of $15.5M out of a potential $21.6M suggests that the full value was not guaranteed and was likely tied to performance or specific deliverables.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not open to competitive bidding. While the provided data does not specify the justification for this approach, sole-source awards can sometimes be necessary for specialized services or when a single contractor possesses unique capabilities. However, the lack of competition typically limits the government's ability to secure the most competitive pricing and may reduce the incentive for the contractor to optimize costs.

Taxpayer Impact: The absence of competition means taxpayers may not have benefited from the potentially lower prices that a competitive bidding process could have generated. This could result in a higher overall cost for the services rendered.

Public Impact

Beneficiaries of Medicare in Florida receive uninterrupted claims processing services. Ensures the efficient administration of the Medicare program, a vital public service. Supports the operational continuity of the Centers for Medicare and Medicaid Services (CMS). Maintains employment within the contractor's organization, contributing to the local economy in Florida.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare insurance industry, particularly the administration of government programs like Medicare, is a significant sector. Contracts for claims processing are essential for the functioning of these programs. This specific contract falls under the Direct Health and Medical Insurance Carriers NAICS code. Spending in this area is substantial, driven by the large number of beneficiaries and the complexity of healthcare regulations. Comparable spending benchmarks would involve analyzing other contracts for similar claims processing services awarded by CMS or other government health agencies.

Small Business Impact

The data indicates that small business participation was not a factor in this award ('sb': false, 'ss': false). There is no indication of small business set-asides or subcontracting requirements. This suggests that the primary contractor, First Coast Service Options, Inc., likely handles the entirety of the contract's scope, with no explicit provisions to engage small businesses. Consequently, this contract does not appear to directly benefit the small business ecosystem through set-asides or mandated subcontracting.

Oversight & Accountability

Oversight for this contract would primarily fall under the Centers for Medicare and Medicaid Services (CMS), the awarding agency. As a cost-plus-fixed-fee contract, CMS would be responsible for monitoring the contractor's costs to ensure they are reasonable and allowable, and that the fixed fee is earned. Transparency is generally facilitated through contract award databases, but detailed cost reports and performance metrics are typically internal. The Inspector General of the Department of Health and Human Services (HHS) would have jurisdiction to investigate any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

healthcare, medicare, claims-processing, hhs, cms, florida, definitive-contract, cost-plus-fixed-fee, sole-source, medical-insurance-carriers, direct-health-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $21.6 million to FIRST COAST SERVICE OPTIONS, INC.. IGF::CT::IGF

Who is the contractor on this award?

The obligated recipient is FIRST COAST SERVICE OPTIONS, INC..

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 $21.6 million.

What is the period of performance?

Start: 2014-03-14. End: 2014-07-31.

What is the historical spending pattern for First Coast Service Options, Inc. with the federal government, particularly with HHS?

Analyzing the historical spending patterns of First Coast Service Options, Inc. (FCSO) with the federal government, specifically the Department of Health and Human Services (HHS), is crucial for understanding their track record. While this specific contract represents a $21.6 million award, a broader review would involve examining all contracts awarded to FCSO over several years. This includes looking at the total value of contracts, the agencies awarding them, the types of services rendered, and the contract vehicles used (e.g., competitive vs. sole-source). A consistent pattern of sole-source awards or a significant increase in contract values could warrant further investigation into the reasons behind these trends. Conversely, a history of successful performance on competitively awarded contracts would indicate a reliable vendor. Without access to a comprehensive contract database covering all of FCSO's federal awards, a definitive historical analysis is limited to the information available for this single contract.

How does the cost-plus-fixed-fee (CPFF) structure of this contract compare to other Medicare claims processing contracts?

The cost-plus-fixed-fee (CPFF) contract structure used for this $21.6 million award to First Coast Service Options, Inc. for Medicare claims processing is one of several pricing arrangements available to the government. In a CPFF contract, the government reimburses the contractor for allowable costs incurred, plus a predetermined fixed fee representing profit. This structure is often used when the scope of work is not precisely defined or when there is uncertainty about the costs involved, such as in research and development or complex service contracts. For Medicare claims processing, which is a relatively well-defined service, other contract types like firm-fixed-price (FFP) or cost-plus-incentive-fee (CPIF) might be more common or potentially offer better value. FFP contracts provide the most cost certainty for the government, while CPIF contracts can incentivize the contractor to control costs by adjusting the fee based on performance against targets. The choice of CPFF here, especially without clear competition, suggests potential reasons for cost uncertainty or a specific need that justified this structure, but it also places a greater burden on the agency to meticulously oversee costs to prevent overspending.

What are the specific risks associated with a sole-source award for essential government services like Medicare claims processing?

Sole-source awards for essential government services like Medicare claims processing carry several inherent risks. Primarily, the lack of competition means the government foregoes the opportunity to leverage market forces to achieve the best possible price. This can lead to higher costs for taxpayers than might be achieved through a competitive bidding process. Furthermore, without the pressure of competition, the incumbent contractor may have less incentive to innovate, improve efficiency, or maintain high service quality over time. There's also a risk that the contractor may not possess the most advanced capabilities or the most cost-effective solutions available in the market. For essential services, a sole-source award can also create a dependency on a single vendor, making it difficult and potentially disruptive to switch providers if performance issues arise or if a better alternative emerges. Justification for sole-source awards typically requires demonstrating that only one responsible source can provide the required service, which can be a high bar to meet.

What performance metrics or oversight mechanisms are typically in place for Medicare claims processing contracts?

For Medicare claims processing contracts, robust performance metrics and oversight mechanisms are critical to ensure the efficient and accurate administration of the program. Agencies like the Centers for Medicare and Medicaid Services (CMS) typically establish a Performance Work Statement (PWS) that outlines specific deliverables and performance standards. These standards often include metrics related to claims processing timeliness (e.g., percentage of claims processed within a certain number of days), accuracy rates (e.g., error rates in processing), customer service responsiveness (for inquiries from beneficiaries and providers), and compliance with program regulations. Oversight is usually conducted through regular performance reviews, data analysis of processed claims, and potentially site visits. For cost-reimbursement contracts like this one (cost-plus-fixed-fee), rigorous financial oversight is also paramount to verify the allowability, allocability, and reasonableness of costs incurred by the contractor. Contract officers and technical monitors play key roles in overseeing contractor performance against these metrics.

How does the geographic focus (Florida) of this contract align with the broader Medicare administrative structure?

The geographic focus of this contract on Florida aligns with the Centers for Medicare and Medicaid Services' (CMS) strategy of regionalizing Medicare administrative functions. CMS contracts with various entities, often referred to as Medicare Administrative Contractors (MACs), to process claims, handle customer service, and perform other administrative tasks for specific geographic jurisdictions. Florida, being a large state with a significant Medicare beneficiary population, requires dedicated administrative support. First Coast Service Options, Inc. has historically served as a MAC for Florida. This regional approach allows for specialized knowledge of state-specific healthcare landscapes, provider networks, and beneficiary needs, while also enabling CMS to manage a large program through a distributed network of contractors. The contract's duration and scope are tailored to meet the ongoing needs of Medicare beneficiaries and providers within that specific state.

Industry Classification

NAICS: Finance and InsuranceInsurance CarriersDirect Health and Medical Insurance Carriers

Product/Service Code: SOCIAL SERVICESSOCIAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: HHSM5002014RFP0065

Offers Received: 1

Pricing Type: COST PLUS FIXED FEE (U)

Evaluated Preference: NONE

Contractor Details

Parent Company: First Coast Service Options Inc.

Address: 532 RIVERSIDE AVE, JACKSONVILLE, FL, 32202

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $43,962,461

Exercised Options: $25,387,927

Current Obligation: $21,599,300

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: YES

Timeline

Start Date: 2014-03-14

Current End Date: 2014-07-31

Potential End Date: 2014-07-31 00:00:00

Last Modified: 2024-09-06

More Contracts from First Coast Service Options, Inc.

View all First Coast Service Options, Inc. federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending