DHS awards $40M COVID-19 vaccination task order to AMI Expeditionary Healthcare for Southwest Border operations

Contract Overview

Contract Amount: $40,042,557 ($40.0M)

Contractor: AMI Expeditionary Healthcare (USA) LLC

Awarding Agency: Department of Homeland Security

Start Date: 2022-03-28

End Date: 2022-10-27

Contract Duration: 213 days

Daily Burn Rate: $188.0K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: TASK ORDER #2 OF THE COVID-19 VACCINATION SERVICES IDIQ FOR THE SOUTHWEST BORDER AREA OF OPERATIONS, FOR THE PROVISION OF COVID-19 VACCINATIONS.

Place of Performance

Location: EL PASO, EL PASO County, TEXAS, 79901

State: Texas Government Spending

Plain-Language Summary

Department of Homeland Security obligated $40.0 million to AMI EXPEDITIONARY HEALTHCARE (USA) LLC for work described as: TASK ORDER #2 OF THE COVID-19 VACCINATION SERVICES IDIQ FOR THE SOUTHWEST BORDER AREA OF OPERATIONS, FOR THE PROVISION OF COVID-19 VACCINATIONS. Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. Task order is part of a larger IDIQ for COVID-19 vaccination services. 3. Focus on the Southwest Border area suggests a specific operational need. 4. Contract duration of 213 days highlights a short-term, focused requirement. 5. No small business set-aside, indicating potential for large prime contractor involvement.

Value Assessment

Rating: fair

The contract value of approximately $40 million for a 7-month period for vaccination services appears substantial. Benchmarking against similar public health or emergency response contracts is difficult without more specific service details. The firm-fixed-price structure provides cost certainty, but the overall value for money depends heavily on the volume and effectiveness of vaccinations administered and the specific services included beyond basic inoculation.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as a task order under an existing IDIQ (Indefinite Delivery, Indefinite Quantity) contract, and it was specifically noted as 'NOT COMPETED' at the task order level. This suggests that either the IDIQ itself was competed, or this specific task order was awarded without a new competitive process, potentially due to urgency, specific capabilities of the awardee, or being a follow-on to previous work. The lack of competition at this stage limits price discovery and potentially increases costs for taxpayers.

Taxpayer Impact: A sole-source award for this task order means taxpayers did not benefit from competitive bidding, which could have led to lower prices or better terms. The government may have paid a premium due to the lack of alternative offers.

Public Impact

Provides essential COVID-19 vaccination services to individuals in the Southwest Border region. Supports public health efforts by increasing vaccination rates in a critical area. Aims to protect vulnerable populations and border personnel from COVID-19. Contributes to the broader national strategy for managing the pandemic. Likely involves a workforce of healthcare professionals and support staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition at the task order level raises concerns about potential overpricing.
  • The specific scope of services and performance metrics are not detailed, making it hard to assess effectiveness.
  • Reliance on a single contractor for a critical public health service could pose risks if performance falters.

Positive Signals

  • Awarded under an existing IDIQ, suggesting a pre-vetted contractor with established capabilities.
  • Firm-fixed-price contract provides cost certainty for the government.
  • Addresses a critical public health need in a specific, high-traffic geographic area.

Sector Analysis

This contract falls within the Healthcare sector, specifically focusing on ambulatory health care services. The market for emergency health services, particularly during public health crises like the COVID-19 pandemic, is significant. Companies like AMI Expeditionary Healthcare specialize in providing rapid medical support in diverse and often challenging environments. Spending in this area is often driven by urgent needs and can fluctuate based on public health emergencies.

Small Business Impact

The data indicates this contract was not competed and was not set aside for small businesses (ss: false, sb: false). This suggests that the prime contractor, AMI Expeditionary Healthcare, is likely a larger entity. There is no direct information on subcontracting plans or impact on the small business ecosystem from this specific task order, but the lack of a set-aside means opportunities for small businesses may be limited unless they are direct subcontractors to the prime.

Oversight & Accountability

Oversight for this contract would primarily fall under the U.S. Customs and Border Protection (CBP), a component of the Department of Homeland Security (DHS). As a task order under an IDIQ, the initial IDIQ contract likely underwent a competitive process with its own oversight. Specific oversight for this task order would involve monitoring performance against the contract requirements, ensuring timely delivery of services, and verifying expenditures. Transparency is generally facilitated through contract award databases, though detailed performance reports may be internal.

Related Government Programs

  • COVID-19 Vaccination Services IDIQ
  • Department of Homeland Security Public Health Contracts
  • U.S. Customs and Border Protection Medical Services
  • Emergency Health Services Contracts

Risk Flags

  • Lack of Competition
  • Potential for Overpricing
  • Limited Transparency on Scope
  • Geographic Complexity

Tags

healthcare, department-of-homeland-security, u-s-customs-and-border-protection, task-order, firm-fixed-price, not-competed, sole-source, covid-19, vaccination-services, southwest-border, texas, emergency-response

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $40.0 million to AMI EXPEDITIONARY HEALTHCARE (USA) LLC. TASK ORDER #2 OF THE COVID-19 VACCINATION SERVICES IDIQ FOR THE SOUTHWEST BORDER AREA OF OPERATIONS, FOR THE PROVISION OF COVID-19 VACCINATIONS.

Who is the contractor on this award?

The obligated recipient is AMI EXPEDITIONARY HEALTHCARE (USA) LLC.

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Customs and Border Protection).

What is the total obligated amount?

The obligated amount is $40.0 million.

What is the period of performance?

Start: 2022-03-28. End: 2022-10-27.

What is the track record of AMI Expeditionary Healthcare with the Department of Homeland Security or similar agencies?

AMI Expeditionary Healthcare has a history of providing healthcare services in challenging environments, including support for government agencies. While specific details on their past performance with DHS or CBP for vaccination services are not provided in this data snippet, their business model focuses on rapid deployment of medical personnel and facilities. A deeper dive would involve reviewing past contract awards, performance evaluations (if publicly available), and any reported issues or successes in similar deployments. Their experience in providing services during public health crises is a key factor in their suitability for this type of contract.

How does the $40 million cost compare to similar vaccination service contracts, especially during the pandemic?

Benchmarking this $40 million task order against similar contracts is challenging without granular data on the scope of services, number of vaccinations administered, and the specific geographic and operational complexities. During the height of the COVID-19 pandemic, governments contracted for vast vaccination efforts, with costs varying widely based on provider, location, and services included (e.g., mobile units, staffing, supplies). A $40 million award for approximately 7 months of service in a demanding region like the Southwest Border suggests a significant operational scale. However, without comparative data on cost-per-vaccination or cost-per-service-hour for comparable contracts, assessing value for money is difficult. The 'not competed' status further complicates direct price comparison.

What are the primary risks associated with a sole-source award for critical vaccination services?

The primary risks associated with a sole-source award for critical vaccination services include potential overpricing due to the lack of competitive pressure, reduced incentive for the contractor to innovate or optimize service delivery, and a potential lack of transparency in pricing. Taxpayers may not receive the best possible value. Furthermore, if the sole-source contractor experiences performance issues, faces staffing shortages, or encounters unforeseen operational challenges, there are limited immediate alternatives for the government to ensure continuity of essential services, potentially impacting public health outcomes.

What specific services are included under this $40 million task order beyond just administering vaccines?

The provided data describes this as a task order 'for the provision of COVID-19 vaccinations.' However, the specific services encompassed within the $40 million contract value are not detailed. Typically, such contracts might include not only the administration of vaccines but also the procurement and management of vaccine supplies, staffing (medical professionals, support personnel), mobile vaccination units or facilities, logistical support for vaccine storage and transport, data management and reporting, public health outreach, and potentially on-site medical support or response to adverse reactions. Clarification on the full scope is essential for a comprehensive value assessment.

What is the historical spending pattern for COVID-19 vaccination services by the Department of Homeland Security?

Historical spending by the Department of Homeland Security (DHS) on COVID-19 vaccination services, particularly related to border operations, would likely have increased significantly since the pandemic's onset. This task order, valued at approximately $40 million, represents a substantial investment. To understand patterns, one would need to analyze total DHS spending on pandemic response, including vaccination programs, testing, and medical support, across different components like CBP and ICE. Examining spending trends over time, especially comparing pre-pandemic health service contracts to pandemic-related ones, would reveal the scale of investment and the types of services procured.

How does the geographic focus on the Southwest Border influence the contract's cost and complexity?

Focusing on the Southwest Border introduces unique complexities and potential cost drivers for vaccination services. This region involves vast, often remote, and challenging terrains, requiring robust logistical capabilities for vaccine delivery and administration. It also involves serving diverse populations, including migrants, asylum seekers, and border patrol personnel, each with specific needs and access considerations. The dynamic nature of border operations and potential for rapid population shifts can complicate planning and execution. These factors likely contribute to the contract's substantial value, as specialized services and personnel are required to operate effectively in this environment.

Industry Classification

NAICS: Health Care and Social AssistanceOther Ambulatory Health Care ServicesAll Other Miscellaneous Ambulatory Health Care Services

Product/Service Code: MEDICAL SERVICESOTHER MEDICAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 12030 SUNRISE VALLEY DR STE 250, RESTON, VA, 20191

Business Categories: Category Business, Limited Liability Corporation, Not Designated a Small Business, Partnership or Limited Liability Partnership, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $41,068,374

Exercised Options: $40,042,557

Current Obligation: $40,042,557

Actual Outlays: $11,497,906

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B03C22D00000001

IDV Type: IDC

Timeline

Start Date: 2022-03-28

Current End Date: 2022-10-27

Potential End Date: 2022-10-27 17:40:44

Last Modified: 2022-09-30

More Contracts from AMI Expeditionary Healthcare (USA) LLC

View all AMI Expeditionary Healthcare (USA) LLC federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending