SSA's $990K Medical Contractor Services BPA for Disability Claims in Midwest/West Region
Contract Overview
Contract Amount: $99,000 ($99.0K)
Contractor: Munoz, M.D., & Cvengros, M.D., S.C.
Awarding Agency: Social Security Administration
Start Date: 2025-07-14
End Date: 2026-06-30
Contract Duration: 351 days
Daily Burn Rate: $282/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS.
Place of Performance
Location: CHICAGO, COOK County, ILLINOIS, 60657
State: Illinois Government Spending
Plain-Language Summary
Social Security Administration obligated $99,000 to MUNOZ, M.D., & CVENGROS, M.D., S.C. for work described as: BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS. Key points: 1. Focuses on medical reviews for disability claims, a critical function for SSA. 2. Contractor is MUNOZ, M.D., & CVENGROS, M.D., S.C., specializing in physician services. 3. The BPA is a call order against an existing agreement, not a new competition. 4. Spending is concentrated in Illinois, serving the Midwest/West region. 5. The contract type is Firm Fixed Price, providing cost certainty.
Value Assessment
Rating: fair
The $990,000 value over 351 days is moderate for specialized medical review services. Benchmarking is difficult without specific service details, but the per-case review cost will be key.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This is a BPA call order, implying a prior competition for the base BPA. However, the specific call order was 'NOT COMPETED UNDER SAP,' suggesting limited competition for this particular task order, potentially impacting price discovery.
Taxpayer Impact: Taxpayer funds are used for disability claim reviews, essential for program integrity. The efficiency and fairness of these reviews impact beneficiaries and program costs.
Public Impact
Ensures timely and accurate medical reviews for disability claims. Supports the Social Security Administration's mission to administer benefits. Impacts individuals applying for disability benefits who rely on these reviews. Potential for regional disparities in review quality or access.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition for the call order.
- Lack of transparency in the 'NOT COMPETED UNDER SAP' designation.
- Potential for inconsistent review quality across different medical consultants.
Positive Signals
- Utilizes an existing Blanket Purchase Agreement, potentially streamlining acquisition.
- Firm Fixed Price contract provides cost predictability.
- Focuses on a core government function critical to program integrity.
Sector Analysis
The 'Offices of Physicians (except Mental Health Specialists)' sector (NAICS 621111) is crucial for healthcare services. Spending benchmarks vary widely based on specialization and volume; this contract appears moderate in scale for its purpose.
Small Business Impact
The data indicates this contract was not competed under SAP and does not specify small business participation. Further analysis is needed to determine if small businesses had an opportunity to compete for this BPA call.
Oversight & Accountability
Oversight is primarily through the Social Security Administration's internal processes for managing disability claims and contractor performance. The BPA structure allows for task-order level oversight.
Related Government Programs
- Offices of Physicians (except Mental Health Specialists)
- Social Security Administration Contracting
- Social Security Administration Programs
Risk Flags
- Lack of clear justification for limited competition.
- Potential for inconsistent quality in medical reviews.
- Limited transparency regarding the procurement process.
- Dependence on a single contractor for a critical function.
Tags
offices-of-physicians-except-mental-heal, social-security-administration, il, bpa-call, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $99,000 to MUNOZ, M.D., & CVENGROS, M.D., S.C.. BLANKET PURCHASE AGREEMENT FOR REGIONAL MEDICAL CONTRACTOR SERVICES IN THE MID-WEST/WEST REGION (CHICAGO). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISABILITY PROGRAM. CALL ORDER FOR INDEPENDENT CASE REVIEWS.
Who is the contractor on this award?
The obligated recipient is MUNOZ, M.D., & CVENGROS, M.D., S.C..
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $99,000.
What is the period of performance?
Start: 2025-07-14. End: 2026-06-30.
What specific criteria were used to justify not competing this call order under SAP, and what was the price analysis performed?
The justification for not competing under SAP needs to be clearly documented by the agency. Typically, this involves specific circumstances like urgent needs, sole-source justifications, or existing contract vehicles. A thorough price analysis comparing proposed costs to historical data, market research, or other contract awards is essential to ensure fair and reasonable pricing for the taxpayer.
How will the SSA ensure consistent quality and fairness in medical reviews conducted by different physicians under this BPA call?
The SSA should have robust quality assurance protocols in place, including standardized review guidelines, peer reviews, and performance metrics for the contracted physicians. Regular audits and feedback mechanisms are crucial to monitor the consistency and accuracy of disability assessments, ensuring beneficiaries receive fair evaluations regardless of the specific reviewer.
What is the potential impact on the efficiency and timeliness of disability claim processing due to this BPA call?
This BPA call aims to augment the SSA's capacity for medical reviews, potentially improving the efficiency and timeliness of processing disability claims. However, the effectiveness depends on the contractor's performance, the clarity of task orders, and the SSA's ability to manage the workflow effectively. Delays in reviews could negatively impact claimants awaiting decisions.
Industry Classification
NAICS: Health Care and Social Assistance › Offices of Physicians › Offices of Physicians (except Mental Health Specialists)
Product/Service Code: MEDICAL SERVICES › OTHER MEDICAL SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2800 N SHERIDAN RD STE G2, CHICAGO, IL, 60657
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Hispanic American Owned Business, Minority Owned Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $99,000
Exercised Options: $99,000
Current Obligation: $99,000
Actual Outlays: $46,629
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321323AC0540002
IDV Type: BPA
Timeline
Start Date: 2025-07-14
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-02
Other Social Security Administration Contracts
- Itssc Task Order for Systems — $1.1B (Leidos, Inc.)
- Contractor IS to Provide the Expertise, Technical Knowledge, IT Support Personnel, and Other Related Resources Necessary for Systems Analysis and Testing — $734.1M (Northrop Grumman Systems Corporation)
- Contractor to Provide Development&database Support to Agency's Office of Software Engineering — $593.5M (Leidos, Inc.)
- THE Government Intends to Establish a Single-Award Delivery Order Base Plus Four 1year Option Periods for the Renewal of IBM Software Maintenance and the Purchase of More Additional IBM Software Licenses Against the General Services Administrations Federal Supply Schedule Program. Previous Order SS00-15-30081 — $525.4M (International Business Machines Corporation)
- NEW 66 Month Open-Market Contract for Renewal of CA Software, Support Services, and Maintenance. CA Proprietary Software Products ARE Used Extensively Throughout OUR Mainframe and Distributed Environments AT ALL SSA Data Centers — $419.8M (CA, Inc.)