DoD's $24.9M contract for EHR support awarded to MIPPS, LLC, raises questions about competition and value
Contract Overview
Contract Amount: $24,885,868 ($24.9M)
Contractor: Mipps, LLC
Awarding Agency: Department of Defense
Start Date: 2023-06-02
End Date: 2026-04-01
Contract Duration: 1,034 days
Daily Burn Rate: $24.1K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: SUPPORT ELECTRONIC HEALTH RECORD CORE AREAS AND ALL CLINICAL INFORMATION SYSTEMS IN THE DEFENSE HEALTH AGENCY PORTFOLIO.
Place of Performance
Location: FALLS CHURCH, FAIRFAX County, VIRGINIA, 22042
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $24.9 million to MIPPS, LLC for work described as: SUPPORT ELECTRONIC HEALTH RECORD CORE AREAS AND ALL CLINICAL INFORMATION SYSTEMS IN THE DEFENSE HEALTH AGENCY PORTFOLIO. Key points: 1. Contract awarded on a sole-source basis, limiting competitive pricing. 2. Performance period extends over 3 years, indicating a long-term need. 3. The contract type is Firm Fixed Price, offering cost certainty but potentially less flexibility. 4. Focus on supporting core electronic health record systems highlights critical infrastructure. 5. The awardee, MIPPS, LLC, has a track record that warrants further examination. 6. Spending on this contract represents a significant investment in healthcare IT infrastructure.
Value Assessment
Rating: questionable
Benchmarking the value of this $24.9 million contract is challenging without more detailed cost breakdowns or comparisons to similar sole-source awards. The firm fixed-price structure provides cost certainty for the government, but the absence of competition means there's no direct market pressure to ensure the most competitive pricing. Without data on the specific services rendered and their unit costs, it's difficult to assess if the price reflects fair market value. Further analysis of MIPPS, LLC's pricing structure and historical performance on similar contracts would be necessary for a more definitive value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning only one vendor, MIPPS, LLC, was considered. The justification for this approach is not provided in the data, but sole-source awards typically occur when only one responsible source can satisfy the agency's needs. This lack of competition limits the government's ability to explore alternative solutions or leverage market dynamics to achieve lower prices. The absence of multiple bidders means that price discovery through competitive bidding was not utilized.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. This limits the government's ability to secure the best possible value for public funds.
Public Impact
Beneficiaries include military personnel and their families who rely on the Defense Health Agency's electronic health records. Services delivered are critical for the maintenance and support of core clinical information systems. Geographic impact is nationwide, supporting the health IT infrastructure across the Department of Defense. Workforce implications include ensuring the stability and functionality of essential healthcare IT systems for medical professionals.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially increases costs for taxpayers.
- Lack of detailed performance metrics makes it difficult to assess the effectiveness of the support provided.
- The long duration of the contract (over 3 years) necessitates ongoing scrutiny of performance and value.
- Absence of small business subcontracting data raises questions about broader economic impact.
- Limited transparency on the specific services and deliverables under this contract.
Positive Signals
- Firm Fixed Price contract provides cost certainty for the government.
- Focus on core EHR systems addresses a critical need within the Defense Health Agency.
- Contract award supports the ongoing operation of essential healthcare IT infrastructure.
- The awardee is responsible for supporting vital clinical information systems.
Sector Analysis
The Defense Health Agency (DHA) operates within the broader healthcare IT sector, a rapidly growing market driven by the increasing digitization of medical records and the need for interoperable systems. This contract, supporting core Electronic Health Record (EHR) systems, falls under IT services, specifically 'Other Computer Related Services' (NAICS 541519). The federal government is a significant purchaser of healthcare IT solutions, with substantial spending allocated to modernizing and maintaining these critical systems across various agencies. Comparable spending benchmarks would involve analyzing other large-scale EHR support and maintenance contracts within federal health agencies or large healthcare organizations.
Small Business Impact
The data indicates that this contract was not set aside for small businesses (ss: false, sb: false). As a sole-source award, there is no explicit requirement for subcontracting with small businesses outlined in the provided information. This means that opportunities for small businesses to participate in supporting these critical EHR systems are limited under this specific contract. The absence of a small business set-aside or subcontracting plan may reduce the direct economic benefit to the small business ecosystem in this sector.
Oversight & Accountability
Oversight for this contract would primarily fall under the Defense Health Agency's contracting and program management offices. As a Department of Defense contract, it is also subject to oversight by the Department of Defense Inspector General (DoD IG), which investigates waste, fraud, and abuse. Transparency regarding performance metrics, cost justifications for the sole-source award, and ongoing program reviews are crucial for accountability. The firm fixed-price nature of the contract provides some level of financial accountability, but detailed performance monitoring is essential.
Related Government Programs
- Defense Health Agency IT Support Services
- Electronic Health Record Modernization Programs
- Federal Health IT Infrastructure Contracts
- DoD Clinical Information System Support
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Limited transparency on performance metrics
- No clear value-for-money benchmark available
Tags
healthcare-it, defense, department-of-defense, defense-health-agency, definitive-contract, sole-source, firm-fixed-price, electronic-health-records, computer-related-services, virginia
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $24.9 million to MIPPS, LLC. SUPPORT ELECTRONIC HEALTH RECORD CORE AREAS AND ALL CLINICAL INFORMATION SYSTEMS IN THE DEFENSE HEALTH AGENCY PORTFOLIO.
Who is the contractor on this award?
The obligated recipient is MIPPS, LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Health Agency).
What is the total obligated amount?
The obligated amount is $24.9 million.
What is the period of performance?
Start: 2023-06-02. End: 2026-04-01.
What is the specific justification for awarding this contract on a sole-source basis to MIPPS, LLC?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source contracts are awarded when only one responsible source can provide the required goods or services. This could be due to unique capabilities, proprietary technology, or a lack of available competition that meets the agency's stringent requirements. For the Defense Health Agency (DHA) to award a contract of this magnitude without competition, there would need to be a documented justification, such as the existence of a critical need that only MIPPS, LLC can fulfill, or a situation where a competitive procurement would be detrimental to national security or agency mission objectives. Further investigation into DHA's contracting records would be required to ascertain the precise rationale.
How does the pricing of this contract compare to similar EHR support contracts awarded by other federal agencies?
Direct comparison of pricing is difficult without detailed cost breakdowns for the services provided under this $24.9 million contract. However, the fact that it is a sole-source award suggests that competitive market forces were not applied to drive down costs. Federal agencies often benchmark IT support contracts against industry standards and other government contracts. If similar EHR support contracts, especially those awarded competitively, show significantly lower per-unit costs or overall contract values for comparable scope and duration, it would indicate that this contract may not represent the best value. The absence of competition inherently limits the ability to perform a robust price-to-market comparison.
What are the key performance indicators (KPIs) for MIPPS, LLC under this contract, and how is their performance being monitored?
The provided data does not specify the Key Performance Indicators (KPIs) or the detailed performance monitoring mechanisms for MIPPS, LLC. For a contract supporting critical electronic health record systems, KPIs would likely include system uptime, response times for support requests, data integrity, security compliance, and successful implementation of updates or patches. The Defense Health Agency (DHA) would have a contract officer and potentially a contracting officer's representative (COR) responsible for overseeing performance. Regular performance reviews, service level agreements (SLAs), and user feedback would typically be part of the monitoring process to ensure the contractor is meeting its obligations.
What is the track record of MIPPS, LLC in supporting large-scale federal health IT systems?
Information regarding MIPPS, LLC's specific track record in supporting large-scale federal health IT systems is not detailed in the provided data. To assess their capabilities, one would need to examine their past performance on similar contracts, including the size and complexity of the systems supported, client satisfaction, and any history of performance issues or contract disputes. Federal procurement databases and past performance reviews (if publicly available) could offer insights. A strong track record with demonstrated success in maintaining and supporting critical healthcare IT infrastructure would be a positive indicator, while a history of challenges would raise concerns about the suitability of a sole-source award.
What is the historical spending trend for supporting core EHR systems within the Defense Health Agency?
The provided data focuses on a single contract award and does not offer historical spending trends for supporting core EHR systems within the Defense Health Agency (DHA). To understand historical spending, one would need to analyze aggregate DHA IT budgets, specific appropriations for EHR maintenance and support over several fiscal years, and the value and number of contracts awarded for similar services in the past. This would help determine if the current $24.9 million award is consistent with, higher than, or lower than previous investments in EHR support, and whether spending has increased due to system complexity, user base growth, or other factors.
What are the potential risks associated with a sole-source award for critical healthcare IT infrastructure?
The primary risks associated with a sole-source award for critical healthcare IT infrastructure include a lack of competitive pricing, which can lead to higher costs for the government and taxpayers. It also reduces the incentive for the contractor to innovate or improve services beyond the contract's minimum requirements, as there is no threat of losing business to competitors. Furthermore, reliance on a single vendor can create vendor lock-in, making it difficult and costly to switch providers in the future. There's also a risk that the sole-source provider may not have the most up-to-date or best-suited technology compared to what might emerge in a competitive market. Finally, without competitive pressure, the quality of service or support might not be as rigorously maintained.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: SPECIAL STUDIES/ANALYSIS, NOT R&D › SPECIAL STUDIES - NOT R and D
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: HT001123R0037
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4300 B ST, ANCHORAGE, AK, 99503
Business Categories: Alaskan Native Corporation Owned Firm, American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Government, Native American Tribal Government, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Tribally Owned Firm, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $44,850,343
Exercised Options: $24,885,868
Current Obligation: $24,885,868
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-06-02
Current End Date: 2026-04-01
Potential End Date: 2028-06-01 00:00:00
Last Modified: 2025-12-05
More Contracts from Mipps, LLC
- This IS a Labor-Hour Contract for Non-Personal Grants Management Support Professional Services and IS Issued Under the U.S Small Business Administration's (SBA) "THE 8(A) Program", Under the Authority of Federal Acquisition Regulation — $24.9M (Department of Agriculture)
- Mobile Warm Weather Incinerators — $9.1M (Department of Agriculture)
- Procurement of Cold Weather Incinerators — $7.7M (Department of Agriculture)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)