CMS FOIA Backlog Reduction Plan contract awarded to American Technology Solutions International Corp for $8.04M

Contract Overview

Contract Amount: $8,039,402 ($8.0M)

Contractor: American Technology Solutions International Corp

Awarding Agency: Department of Health and Human Services

Start Date: 2021-12-17

End Date: 2026-12-16

Contract Duration: 1,825 days

Daily Burn Rate: $4.4K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 6

Pricing Type: TIME AND MATERIALS

Sector: Other

Official Description: CMS FOIA BACKLOG REDUCTION PLAN

Place of Performance

Location: WINDSOR MILL, BALTIMORE County, MARYLAND, 21244

State: Maryland Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $8.0 million to AMERICAN TECHNOLOGY SOLUTIONS INTERNATIONAL CORP for work described as: CMS FOIA BACKLOG REDUCTION PLAN Key points: 1. Contract aims to reduce the FOIA backlog at CMS, a critical administrative function. 2. The contract was awarded under full and open competition, suggesting a competitive bidding process. 3. Performance period spans over five years, indicating a long-term commitment to backlog reduction. 4. The contract type is Time and Materials, which can pose cost control challenges if not managed closely. 5. The base award amount is $4.4M, with potential for growth through subsequent delivery orders. 6. The contractor has a track record with government contracts, though specific performance on this contract is yet to be fully assessed.

Value Assessment

Rating: fair

The contract's value of $8.04M over five years for FOIA backlog reduction needs careful monitoring. While the base award is $4.4M, the total ceiling suggests significant potential for task orders. Benchmarking against similar administrative support contracts is challenging due to the specialized nature of FOIA processing. However, the Time and Materials pricing structure requires diligent oversight to ensure cost-effectiveness and prevent scope creep. The number of offers received (6) provides some indication of market interest, but the ultimate value will depend on the efficiency and effectiveness of the contractor's performance in clearing the backlog.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit a bid. Six offers were received, suggesting a healthy level of interest from the market for these services. A competitive process like this generally allows for price discovery and can lead to more favorable pricing for the government compared to sole-source or limited competition awards. The agency's decision to compete broadly is a positive sign for achieving value.

Taxpayer Impact: The full and open competition for this contract is beneficial for taxpayers as it likely resulted in a more competitive price and a wider pool of qualified vendors, increasing the chances of selecting a high-performing contractor at a reasonable cost.

Public Impact

Citizens and requesters benefit from a more efficient and timely response to Freedom of Information Act requests. The contract supports the administrative functions of the Centers for Medicare and Medicaid Services (CMS). Improved FOIA processing can enhance transparency and public access to government information. Potential workforce implications for administrative support and legal review professionals involved in FOIA processing.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Time and Materials contract type can lead to cost overruns if not closely managed.
  • The significant duration of the contract (5 years) requires sustained oversight to ensure continued value.
  • Measuring the 'reduction' of a backlog can be subjective and requires clear performance metrics.
  • Potential for vendor lock-in if performance is satisfactory but alternatives are not explored.
  • Dependence on contractor performance for a critical government function (transparency).

Positive Signals

  • Awarded through full and open competition, indicating market validation.
  • Contract duration allows for sustained effort in tackling a persistent backlog issue.
  • Focus on a specific, measurable goal (backlog reduction).
  • Contractor selected based on demonstrated capabilities to perform administrative management services.
  • Potential for improved public access to information, enhancing government transparency.

Sector Analysis

This contract falls within the administrative management and general management consulting services sector, specifically addressing the operational challenge of managing and reducing a Freedom of Information Act (FOIA) backlog. This sector is crucial for government efficiency, providing expertise in process improvement, workflow management, and administrative support. The market for such services is competitive, with numerous firms offering specialized solutions. The value of this contract, while significant at $8.04M, should be benchmarked against the cost savings achieved through reduced backlog and improved efficiency in responding to information requests.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions for this contract, nor does it detail subcontracting plans. As it was awarded under full and open competition, it is possible that small businesses could have bid directly or participated as subcontractors. Further analysis would be needed to determine the extent of small business participation and its impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily reside with the Centers for Medicare and Medicaid Services (CMS) contracting officers and program managers. Performance metrics related to backlog reduction, turnaround times, and quality of responses would be key accountability measures. Transparency is facilitated through the FOIA process itself, and the contract's success contributes to this. While specific Inspector General (IG) jurisdiction for this particular contract isn't detailed, the HHS IG generally oversees programs within the department, including CMS.

Related Government Programs

  • Freedom of Information Act Administration
  • Administrative Support Services
  • Management and Consulting Services
  • Department of Health and Human Services FOIA Operations

Risk Flags

  • Potential for cost overruns due to Time and Materials pricing structure.
  • Need for robust performance monitoring to ensure backlog reduction targets are met.
  • Contract duration requires sustained oversight and accountability.
  • Measuring the effectiveness of backlog reduction requires clear, objective metrics.

Tags

cms, hhs, foia, administrative-support, consulting-services, full-and-open-competition, time-and-materials, delivery-order, maryland, federal-contract, backlog-reduction, information-access

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $8.0 million to AMERICAN TECHNOLOGY SOLUTIONS INTERNATIONAL CORP. CMS FOIA BACKLOG REDUCTION PLAN

Who is the contractor on this award?

The obligated recipient is AMERICAN TECHNOLOGY SOLUTIONS INTERNATIONAL CORP.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Centers for Medicare and Medicaid Services).

What is the total obligated amount?

The obligated amount is $8.0 million.

What is the period of performance?

Start: 2021-12-17. End: 2026-12-16.

What is the historical spending trend for FOIA-related services at CMS?

Analyzing historical spending on FOIA-related services at CMS is crucial for contextualizing the $8.04M award. Without specific historical data, it's difficult to ascertain if this represents an increase, decrease, or stable investment. Typically, agencies allocate funds for FOIA processing through various mechanisms, including internal staffing and external contracts. A significant increase in spending might indicate a worsening backlog or a strategic initiative to address it proactively. Conversely, a decrease could suggest improved efficiency or reduced demand. Understanding past expenditures allows for a more informed assessment of the current contract's value and necessity, and whether it aligns with long-term budget trends for administrative functions.

How does the contractor's past performance compare to similar FOIA backlog reduction contracts?

Evaluating American Technology Solutions International Corp's (ATSIC) past performance on similar FOIA backlog reduction contracts is essential for assessing risk and potential value. Information regarding ATSIC's specific experience in managing and reducing FOIA backlogs for federal agencies, particularly within the healthcare sector, would be highly informative. Key performance indicators to examine include their success rates in meeting backlog reduction targets, client satisfaction ratings, adherence to timelines, and cost control effectiveness on previous engagements. A strong track record with demonstrably successful outcomes on comparable contracts would increase confidence in their ability to deliver on this CMS initiative. Conversely, any past performance issues or lack of relevant experience would raise concerns about the contract's potential effectiveness and value for money.

What are the key performance indicators (KPIs) for this contract, and how will success be measured?

The success of this $8.04M contract hinges on clearly defined Key Performance Indicators (KPIs) for reducing the CMS FOIA backlog. While not explicitly detailed in the provided data, typical KPIs for such contracts would include metrics like the average turnaround time for FOIA requests, the percentage reduction in the overall backlog volume over specific periods (e.g., quarterly, annually), the number of requests processed per period, and the accuracy or completeness of responses. The contract's performance will likely be measured against these established benchmarks. Effective oversight by CMS will involve regular reviews of ATSIC's progress against these KPIs, ensuring accountability and timely intervention if performance deviates from expectations. The Time and Materials nature of the contract necessitates rigorous tracking of effort against these defined outcomes.

What is the estimated cost savings or return on investment (ROI) expected from reducing the FOIA backlog?

Quantifying the cost savings or return on investment (ROI) from reducing the CMS FOIA backlog is critical for justifying the $8.04M expenditure. While the contract aims to improve efficiency, the direct financial benefits need to be articulated. Potential savings could arise from reduced internal administrative burden, fewer penalties or legal challenges related to delayed responses, and improved operational efficiency within CMS departments that rely on timely information. The ROI would be calculated by comparing the total contract cost against these quantifiable benefits. A successful backlog reduction could also yield intangible benefits, such as enhanced public trust and transparency, which are harder to monetize but contribute to the overall value proposition of the contract.

How does the Time and Materials (T&M) contract type influence risk and cost control for this FOIA backlog reduction effort?

The Time and Materials (T&M) contract type for this $8.04M FOIA backlog reduction effort introduces specific risks and requires robust cost control measures. Unlike fixed-price contracts, T&M agreements reimburse the contractor for direct labor hours and costs, plus a fee. This structure offers flexibility but can lead to cost overruns if not managed diligently. For CMS, the primary risk is that the total cost could exceed the anticipated $8.04M ceiling if the contractor's effort is less efficient than projected or if the scope expands. Effective oversight is paramount, involving detailed tracking of labor hours, validation of costs, and close monitoring of progress against performance metrics to ensure the contractor is working efficiently and that the funds are being used appropriately to achieve the backlog reduction goals.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: RFQ1510417

Offers Received: 6

Pricing Type: TIME AND MATERIALS (Y)

Evaluated Preference: NONE

Contractor Details

Address: 49 BETHANY WAY, FREDERICKSBURG, VA, 22406

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $8,363,380

Exercised Options: $8,039,402

Current Obligation: $8,039,402

Actual Outlays: $6,048,334

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: GS00F227GA

IDV Type: FSS

Timeline

Start Date: 2021-12-17

Current End Date: 2026-12-16

Potential End Date: 2026-12-16 00:00:00

Last Modified: 2026-03-23

More Contracts from American Technology Solutions International Corp

View all American Technology Solutions International Corp federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending