HHS awards $3.1M for immunization administrative support to Windsor Group LLC
Contract Overview
Contract Amount: $3,145,498 ($3.1M)
Contractor: Windsor Group LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2024-07-03
End Date: 2027-07-02
Contract Duration: 1,094 days
Daily Burn Rate: $2.9K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: NCIRD IMMUNIZATION SERVICES DIVISION COMPREHENSIVE ADMINISTRATIVE SUPPORT
Place of Performance
Location: ATLANTA, DEKALB County, GEORGIA, 30329
State: Georgia Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $3.1 million to WINDSOR GROUP LLC for work described as: NCIRD IMMUNIZATION SERVICES DIVISION COMPREHENSIVE ADMINISTRATIVE SUPPORT Key points: 1. Contract value appears reasonable for comprehensive administrative support services. 2. Limited competition may impact price discovery and potentially increase costs. 3. Contract duration of three years presents a moderate risk for service continuity. 4. Fixed-price contract type shifts performance risk to the contractor. 5. Contractor's performance history and specific expertise are key indicators for success. 6. Geographic location in Georgia may offer localized economic benefits.
Value Assessment
Rating: fair
The contract value of approximately $3.1 million over three years for administrative support services seems within a reasonable range for comprehensive support. However, without specific benchmarks for similar comprehensive administrative support contracts within the CDC or HHS, a precise value-for-money assessment is challenging. The fixed-price nature of the contract suggests that the contractor bears the risk of cost overruns, which can be a positive indicator if the price is competitive. Further analysis would require comparing this contract's per-unit costs or scope to similar procurements.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required services, often due to unique capabilities, existing infrastructure, or specific program requirements. The lack of competition means that the government did not benefit from a bidding process that could have driven down prices or spurred innovation from multiple offerors. This raises questions about whether a more competitive approach could have yielded better value.
Taxpayer Impact: Sole-source awards limit the government's ability to leverage market competition to secure the best possible pricing and terms for taxpayers. This can potentially lead to higher costs compared to a fully competed contract.
Public Impact
The primary beneficiaries are the NCIRD Immunization Services Division, which will receive enhanced administrative support. Services delivered include comprehensive administrative functions crucial for the division's operational efficiency. The geographic impact is primarily focused on the contractor's location in Georgia, with potential for local job creation. Workforce implications include employment opportunities for administrative support staff within the contractor's organization.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and potential for cost savings.
- Contract duration of three years may not align with evolving program needs.
- Lack of detailed performance metrics in the provided data makes outcome assessment difficult.
Positive Signals
- Fixed-price contract shifts cost risk to the contractor.
- Contract awarded to a single entity may indicate specialized capabilities.
- Administrative support is crucial for the efficient functioning of the Immunization Services Division.
Sector Analysis
This contract falls within the administrative and support services sector, a broad category encompassing a wide range of professional, scientific, and technical services. The market for such services is highly competitive, with numerous firms offering administrative support. However, specific government contracts, especially those requiring specialized knowledge of public health programs like immunization services, may see less direct competition. Benchmarking this contract's value would ideally involve comparing it to other administrative support contracts within federal health agencies, considering the scope of work and required expertise.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (ss: false) and does not specify any small business subcontracting requirements (sb: false). Therefore, this award does not appear to directly benefit the small business ecosystem through set-asides or mandated subcontracting. The contractor, Windsor Group LLC, would need to be assessed to determine its own size status, but the contract itself does not appear to be structured to promote small business participation.
Oversight & Accountability
Oversight for this contract would typically be managed by the Centers for Disease Control and Prevention (CDC) contracting officers and program managers within the NCIRD Immunization Services Division. Accountability measures are usually embedded within the contract's terms and conditions, including performance standards, reporting requirements, and payment schedules tied to deliverables. Transparency is facilitated through contract databases like FPDS, where basic award information is publicly available. The Inspector General for the Department of Health and Human Services would have jurisdiction over any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- CDC Administrative Support Contracts
- HHS Professional Services Contracts
- Immunization Program Support
- Public Health Administrative Services
Risk Flags
- Sole-source award may limit cost-effectiveness.
- Lack of competition could impact service quality.
- Contract duration requires careful performance monitoring.
Tags
healthcare, hhs, cdc, definitive-contract, firm-fixed-price, sole-source, administrative-support, immunization-services, georgia, small-business-not-applicable
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $3.1 million to WINDSOR GROUP LLC. NCIRD IMMUNIZATION SERVICES DIVISION COMPREHENSIVE ADMINISTRATIVE SUPPORT
Who is the contractor on this award?
The obligated recipient is WINDSOR GROUP LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Centers for Disease Control and Prevention).
What is the total obligated amount?
The obligated amount is $3.1 million.
What is the period of performance?
Start: 2024-07-03. End: 2027-07-02.
What is the track record of Windsor Group LLC in performing similar administrative support services for federal agencies, particularly within the healthcare sector?
Assessing the track record of Windsor Group LLC is crucial for understanding their capability to deliver on this contract. A review of past performance evaluations, contract history, and any reported issues or successes with similar federal contracts, especially those involving administrative support for public health or immunization programs, would provide valuable insight. Agencies often maintain Contractor Performance Assessment Reporting System (CPARS) reports, which detail a contractor's performance on previous contracts. Without access to these specific performance details for Windsor Group LLC, it is difficult to definitively assess their suitability and past success in delivering comparable services.
How does the awarded amount of $3.1 million compare to the typical cost of similar comprehensive administrative support contracts at the CDC or other federal health agencies?
The awarded amount of $3.1 million over three years for comprehensive administrative support services needs to be benchmarked against similar contracts to assess value for money. Typical costs can vary significantly based on the scope of services, required expertise, geographic location, and contract type. If comparable contracts for similar administrative functions within the CDC or HHS have been awarded at lower price points or for a greater scope of work at a similar price, it could indicate that this contract may not represent the best value. Conversely, if the scope is particularly complex or requires specialized knowledge, the price might be justified. Further analysis would require identifying and comparing specific contract line items and service levels.
What are the specific risks associated with a sole-source award for these immunization services, and how are they being mitigated?
The primary risk associated with a sole-source award is the lack of competition, which can lead to inflated prices, reduced innovation, and potentially lower quality services, as the government does not benefit from a competitive bidding process. Mitigation strategies often involve extensive market research to ensure that a sole-source award is truly justified and that no other vendors could meet the requirements. Additionally, robust contract management, including clearly defined performance standards, regular performance reviews, and strong negotiation of terms and conditions, are essential to mitigate risks. The government should also actively seek opportunities to introduce competition in future contract renewals or related procurements.
What are the key performance indicators (KPIs) for this contract, and how will the success of Windsor Group LLC in supporting the NCIRD Immunization Services Division be measured?
The success of this contract hinges on clearly defined Key Performance Indicators (KPIs) and robust measurement mechanisms. While not detailed in the provided data, typical KPIs for administrative support contracts might include metrics related to response times for inquiries, accuracy of data entry and record-keeping, efficiency in processing requests, adherence to deadlines for reporting, and overall client satisfaction from the NCIRD Immunization Services Division. The contract should outline specific, measurable, achievable, relevant, and time-bound (SMART) goals. Regular performance reviews between the government and Windsor Group LLC would assess performance against these KPIs, allowing for timely intervention if performance deviates from expectations.
What is the historical spending pattern for administrative support services by the NCIRD Immunization Services Division, and how does this $3.1 million award fit within that pattern?
Understanding the historical spending on administrative support by the NCIRD Immunization Services Division is crucial for contextualizing this $3.1 million award. Analyzing past contract awards for similar services, including their values, durations, and the contractors involved, can reveal trends in spending. If this award represents a significant increase or decrease compared to historical spending, it warrants further investigation. It could indicate a change in program scope, increased needs, or potentially a shift in procurement strategy. Without historical data, it's challenging to determine if this award is an anomaly or part of a consistent spending pattern for essential administrative functions.
Industry Classification
NAICS: Administrative and Support and Waste Management and Remediation Services › Office Administrative Services › Office Administrative Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › ADMINISTRATIVE SUPPORT SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 75D301-24-R-72931
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6710A ROCKLEDGE DR, BETHESDA, MD, 20817
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $4,257,523
Exercised Options: $3,145,498
Current Obligation: $3,145,498
Actual Outlays: $1,507,782
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-07-03
Current End Date: 2027-07-02
Potential End Date: 2028-07-02 00:00:00
Last Modified: 2026-02-10
More Contracts from Windsor Group LLC
- Regional HUB Services for Regions ONE (1) and TWO (2) — $32.8M (Department of Agriculture)
- Decennial Directorate Program and Project Management Support — $6.5M (Department of Commerce)
- 8A Technical Assistant Support Services — $3.6M (Department of Health and Human Services)
- Single Application Portal (SAP) Support — $3.0M (National Science Foundation)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →