HHS awards $2.4M for IV&V and technical support to Metas Solutions LLC

Contract Overview

Contract Amount: $2,416,200 ($2.4M)

Contractor: Metas Solutions LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2025-01-06

End Date: 2027-01-05

Contract Duration: 729 days

Daily Burn Rate: $3.3K/day

Competition Type: NOT AVAILABLE FOR COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: IV&V AND TECHNICAL SUPPORT FOR VTRCKS

Place of Performance

Location: ATLANTA, FULTON County, GEORGIA, 30312

State: Georgia Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $2.4 million to METAS SOLUTIONS LLC for work described as: IV&V AND TECHNICAL SUPPORT FOR VTRCKS Key points: 1. Contract awarded on a firm-fixed-price basis, indicating clear cost expectations. 2. The contract duration is 729 days, suggesting a medium-term engagement. 3. Services are for IV&V and technical support, critical for system integrity. 4. The award is a definitive contract, implying a direct agreement. 5. Metas Solutions LLC is the sole awardee for this requirement. 6. The contract is not subject to small business set-aside provisions.

Value Assessment

Rating: fair

The contract value of $2.4 million for two years of IV&V and technical support appears within a reasonable range for specialized IT services. Benchmarking against similar contracts for system validation and technical assistance within federal agencies is necessary for a definitive value assessment. Without specific performance metrics or detailed scope of work, it's challenging to ascertain the full value proposition. However, the firm-fixed-price structure suggests a degree of cost control.

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 a specific contractor possesses unique capabilities, proprietary knowledge, or when the requirement is a follow-on to a previous contract where only one vendor can fulfill the need. The lack of competition means that price discovery through market forces was limited, potentially leading to higher costs than if multiple bids were solicited.

Taxpayer Impact: For taxpayers, a sole-source award means there was no opportunity to benefit from competitive bidding, which could have driven down the price. This necessitates a strong justification for the sole-source nature of the award to ensure public funds are used efficiently.

Public Impact

The Centers for Disease Control and Prevention (CDC) will benefit from enhanced system integrity and technical support. Services provided will ensure the reliability and effectiveness of critical IT systems. The contract's impact is primarily within the federal IT infrastructure supporting public health initiatives. Workforce implications are likely limited to the personnel at Metas Solutions LLC and the contracting officers at CDC.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Computer Systems Design Services sector, a significant segment of the federal IT market. This sector encompasses a wide range of services, including IT consulting, systems integration, and technical support. Federal spending in this area is substantial, driven by the need to maintain and modernize complex IT infrastructures across various agencies. Comparable spending benchmarks would typically involve analyzing IT support and IV&V contracts awarded to similar-sized firms for comparable federal agencies.

Small Business Impact

This contract was not awarded as a small business set-aside, nor does it appear to have specific subcontracting requirements for small businesses mentioned in the provided data. The award to Metas Solutions LLC, a single entity, suggests that the primary focus was on acquiring the necessary specialized services rather than promoting small business participation through this specific vehicle. Further analysis of the contract's full terms would be needed to confirm any indirect small business implications.

Oversight & Accountability

Oversight for this contract will likely be managed by the Centers for Disease Control and Prevention (CDC) contracting officers and program managers. Accountability measures will be tied to the firm-fixed-price agreement and the defined scope of work. Transparency is generally maintained through federal contract databases, but detailed performance reviews and audit reports are typically internal unless specific Inspector General investigations are initiated.

Related Government Programs

Risk Flags

Tags

it-services, hhs, cdc, definitive-contract, firm-fixed-price, sole-source, computer-systems-design, georgia, iv-and-v, technical-support

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $2.4 million to METAS SOLUTIONS LLC. IV&V AND TECHNICAL SUPPORT FOR VTRCKS

Who is the contractor on this award?

The obligated recipient is METAS SOLUTIONS 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 $2.4 million.

What is the period of performance?

Start: 2025-01-06. End: 2027-01-05.

What is the track record of Metas Solutions LLC with the federal government, particularly with the CDC?

A review of federal procurement data indicates that Metas Solutions LLC has received federal contracts in the past, primarily for IT services. Specific details regarding their performance history with the Centers for Disease Control and Prevention (CDC) would require a deeper dive into contract award databases and potentially past performance evaluations. However, the award of this definitive contract suggests a level of trust or established relationship. Analyzing past contract values, durations, and any reported issues or commendations would provide a clearer picture of their reliability and expertise in delivering similar services to federal agencies.

How does the $2.4 million contract value compare to similar IV&V and technical support contracts within the federal government?

The $2.4 million contract value for 729 days (approximately two years) of IV&V and technical support is a moderate-sized award within the federal IT services landscape. To benchmark effectively, one would compare this to contracts for similar services (e.g., system validation, IT support, quality assurance) awarded by agencies like HHS, other health-focused agencies, or even agencies with large IT infrastructures. Factors such as the complexity of the systems being supported, the specific deliverables required, and the labor categories involved significantly influence pricing. Without these specifics, a precise comparison is difficult, but the value appears consistent with specialized IT support engagements of this duration.

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

The primary risks associated with a sole-source award for critical IT support services include a lack of competitive pricing, potentially leading to overpayment. There's also a risk of reduced innovation, as the government doesn't benefit from the diverse approaches and technologies that multiple bidders might offer. Furthermore, over-reliance on a single vendor can create vendor lock-in and make future transitions more complex and costly. Ensuring robust contract oversight, clear performance metrics, and strong communication channels becomes paramount to mitigate these risks and ensure the government receives adequate value and service quality.

What is the expected effectiveness of these IV&V and technical support services for the CDC's VTRCKS system?

The expected effectiveness of these IV&V and technical support services hinges on the quality of execution by Metas Solutions LLC and the clarity of the contract's objectives. Independent Verification and Validation (IV&V) aims to ensure that the VTRCKS system meets its requirements, functions as intended, and is free from critical defects. Technical support is crucial for maintaining system uptime, resolving issues, and potentially implementing necessary updates or enhancements. If performed diligently, these services should enhance the reliability, security, and overall performance of the VTRCKS system, thereby supporting the CDC's mission. The effectiveness will be directly measurable through system performance metrics, defect resolution rates, and user satisfaction.

What are the historical spending patterns for IV&V and technical support services at the CDC or similar agencies?

Historical spending patterns for IV&V and technical support services at the CDC and similar agencies typically show a consistent demand, reflecting the critical nature of IT systems in public health operations. Agencies often allocate significant portions of their IT budgets to ensure system integrity, security, and operational continuity. Spending can fluctuate based on major system upgrades, new IT initiatives, or increased regulatory requirements. Analyzing past contracts for similar services can reveal trends in contract values, durations, and the types of vendors frequently engaged. This contract's value of $2.4 million appears to align with typical mid-range engagements for specialized IT support over a two-year period.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT AVAILABLE FOR COMPETITION

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: 75D301-25-R-73212

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 659 AUBURN AVE NE APT 109, ATLANTA, GA, 30312

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $4,329,240

Exercised Options: $2,416,200

Current Obligation: $2,416,200

Actual Outlays: $1,205,970

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2025-01-06

Current End Date: 2027-01-05

Potential End Date: 2028-07-05 00:00:00

Last Modified: 2026-01-05

More Contracts from Metas Solutions LLC

View all Metas Solutions LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending