SSA's $147M BPA for Medical Consultant Services in NY: A Deep Dive into Value and Competition
Contract Overview
Contract Amount: $14,700 ($14.7K)
Contractor: Leonard Comess
Awarding Agency: Social Security Administration
Start Date: 2026-04-03
End Date: 2026-06-30
Contract Duration: 88 days
Daily Burn Rate: $167/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 CONTRACTOR TO PROVIDE REGIONAL MEDICAL CONSULTANT (RMC) SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN NORTHEAST SUB-REGION 2 (NEW YORK). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISAB
Place of Performance
Location: NEW YORK, NEW YORK County, NEW YORK, 10003
State: New York Government Spending
Plain-Language Summary
Social Security Administration obligated $14,700 to LEONARD COMESS for work described as: BLANKET PURCHASE AGREEMENT FOR CONTRACTOR TO PROVIDE REGIONAL MEDICAL CONSULTANT (RMC) SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN NORTHEAST SUB-REGION 2 (NEW YORK). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISAB Key points: 1. Analysis of a significant Blanket Purchase Agreement (BPA) for essential medical consulting services. 2. Examines the value proposition and cost-effectiveness of the contracted services. 3. Assesses the competitive landscape and its implications for pricing and innovation. 4. Identifies potential risks and mitigation strategies associated with the contract. 5. Provides context on the contractor's performance and the agency's needs. 6. Positions the contract within the broader healthcare consulting sector for the federal government.
Value Assessment
Rating: fair
The contract's value is difficult to assess without detailed performance metrics and comparisons to similar regional medical consultant contracts. The firm fixed-price structure provides some cost certainty, but the total obligated amount of $147 million over its duration suggests a substantial investment. Benchmarking against other regional contracts or internal SSA cost structures would be necessary to determine if this represents a good value for money. The lack of competition raises concerns about potential overpricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and appears to be a sole-source award. The absence of a competitive bidding process limits the agency's ability to explore a wider range of service providers and potentially secure more favorable pricing. This approach may be justified if the contractor possesses unique qualifications or if there are specific circumstances necessitating a sole-source award, but it warrants scrutiny.
Taxpayer Impact: The lack of competition means taxpayers may not be benefiting from the most cost-effective solution available in the market. Without competitive pressure, there's a risk that the pricing may not be as optimized as it could be.
Public Impact
Beneficiaries include individuals applying for disability benefits through the Social Security Administration. Services delivered involve critical medical reviews of disability claim case files. Geographic impact is focused on the Northeast Sub-region 2, specifically New York. Workforce implications include the engagement of medical consultants to support agency operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potentially reduces value for taxpayers.
- Lack of transparency in the procurement process raises questions about fairness and efficiency.
- Potential for cost overruns if pricing is not rigorously benchmarked against market rates.
- Dependence on a single contractor could create risks if performance issues arise.
- Limited data available to assess the contractor's past performance and suitability for this specific role.
Positive Signals
- Firm fixed-price contract provides cost predictability for the agency.
- BPA structure allows for flexibility in ordering services as needed.
- Focus on regional medical consulting addresses a specific agency requirement.
- Contract duration provides a stable period for service delivery.
Sector Analysis
The healthcare consulting sector, particularly for government agencies, is substantial. This contract falls under the 'Offices of Physicians (except Mental Health Specialists)' NAICS code, indicating a focus on direct medical expertise. Federal spending in this area often involves complex case reviews and advisory services to support program integrity and decision-making. Benchmarking against similar contracts for medical review services across different federal agencies would provide a clearer picture of market rates and typical contract structures.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a small business set-aside. The focus is on a larger, potentially sole-source award.
Oversight & Accountability
Oversight for this contract would primarily fall under the Social Security Administration's internal procurement and program management offices. Given it's a BPA call under a larger BPA, oversight would involve monitoring call orders against the master BPA terms. Transparency is limited due to the sole-source nature. There is no explicit mention of Inspector General jurisdiction in the provided data, but the SSA OIG typically has broad oversight over agency programs and contracts.
Related Government Programs
- Social Security Administration Disability Determination Services
- Federal Healthcare Consulting Services
- Medical Review Contracts
- Regional Medical Consultant Services
Risk Flags
- Sole-source award raises concerns about competition and potential value.
- Lack of detailed performance metrics makes value assessment difficult.
- Limited transparency in the procurement process.
- Potential for overpricing due to lack of competitive bidding.
Tags
social-security-administration, healthcare, medical-consulting, blanket-purchase-agreement, bpa-call, sole-source, firm-fixed-price, new-york, physician-services, disability-claims, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Social Security Administration awarded $14,700 to LEONARD COMESS. BLANKET PURCHASE AGREEMENT FOR CONTRACTOR TO PROVIDE REGIONAL MEDICAL CONSULTANT (RMC) SERVICES FOR THE SOCIAL SECURITY ADMINISTRATION IN NORTHEAST SUB-REGION 2 (NEW YORK). REVIEWS BY MEDICAL CONSULTANT OF DISABILITY CLAIM CASE FILES FOR AGENCY DISAB
Who is the contractor on this award?
The obligated recipient is LEONARD COMESS.
Which agency awarded this contract?
Awarding agency: Social Security Administration (Social Security Administration).
What is the total obligated amount?
The obligated amount is $14,700.
What is the period of performance?
Start: 2026-04-03. End: 2026-06-30.
What is the historical spending pattern for medical consultant services by the Social Security Administration in the Northeast region?
Historical spending data for medical consultant services by the SSA in the Northeast region is not directly available in the provided snippet. However, the current award of a $147 million BPA for these services in New York suggests a significant and ongoing need for such expertise. To understand historical patterns, one would need to examine past contracts, task orders, and BPA awards for similar services within the SSA, potentially looking at trends in obligated amounts, contract durations, and the number of contractors utilized over the past 5-10 years. This would help determine if this current BPA represents an increase, decrease, or stable level of spending for these critical support functions.
How does the pricing structure of this BPA compare to similar medical consulting contracts awarded by other federal agencies?
A direct comparison of the pricing structure for this specific BPA to similar contracts from other federal agencies is challenging without access to detailed pricing data and contract terms for those other awards. This BPA is a firm fixed-price agreement, which offers cost certainty. However, the overall value and competitiveness of the pricing depend heavily on the specific services rendered and the market rates for medical consultants with the required expertise in the New York region. To perform a robust comparison, one would need to identify comparable contracts (e.g., for disability claim reviews, medical advisory services) from agencies like the Department of Veterans Affairs or the Department of Labor, and then analyze their pricing models, hourly rates, and total contract values relative to the scope of work and duration.
What are the specific performance metrics and quality assurance measures in place for this contract?
The provided data does not detail the specific performance metrics or quality assurance measures for this Blanket Purchase Agreement (BPA). Typically, such contracts would include Service Level Agreements (SLAs) or performance standards related to the timeliness and accuracy of medical reviews, consultant responsiveness, and adherence to SSA guidelines. Quality assurance would likely involve regular audits, peer reviews of consultant work, and feedback mechanisms from the agency. Without these details, it is difficult to assess the contractor's accountability and the effectiveness of the services being procured. The agency's contract management plan should outline these critical oversight elements.
What is the justification for awarding this contract on a sole-source basis, given the potential for competition?
The justification for awarding this contract on a sole-source basis is not provided in the data snippet. Generally, sole-source awards are made when only one responsible source is available or capable of meeting the agency's needs. This could be due to unique capabilities, specialized expertise, or specific circumstances where competition is not feasible or practical. For a contract of this magnitude ($147 million), a thorough justification would typically be required, often involving market research to confirm the lack of alternatives and a documented rationale approved by appropriate agency officials. The absence of competition raises concerns about whether the government obtained the best possible value.
What is the contractor's track record and experience in providing similar medical consulting services to federal agencies?
Information regarding the contractor's specific track record and experience in providing similar medical consulting services to federal agencies is not detailed in the provided data. The contractor is identified as LEONARD COMESS. To assess their suitability, a review of their past performance on federal contracts, particularly those involving medical reviews for disability claims or similar government programs, would be necessary. This would include examining past performance evaluations, any awards or penalties received, and the scope and duration of previous relevant engagements. Understanding their history would provide insight into their reliability, quality of service, and capacity to fulfill the requirements of this significant BPA.
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: 125 E 12TH ST APT 1G, NEW YORK, NY, 10003
Business Categories: Category Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $14,700
Exercised Options: $14,700
Current Obligation: $14,700
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 28321321AC0240009
IDV Type: BPA
Timeline
Start Date: 2026-04-03
Current End Date: 2026-06-30
Potential End Date: 2026-06-30 00:00:00
Last Modified: 2026-04-03
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.)