HHS awards $4.48M contract for Medicare corrective action analysis to EPATHUSA, Inc
Contract Overview
Contract Amount: $4,476,486 ($4.5M)
Contractor: Epathusa, Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2024-09-13
End Date: 2026-09-12
Contract Duration: 729 days
Daily Burn Rate: $6.1K/day
Competition Type: NOT AVAILABLE FOR COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MEDICARE FEE-FOR-SERVICE CORRECTIVE ACTION STRATEGIC ANALYSIS EFFORT
Place of Performance
Location: WEST DES MOINES, DALLAS County, IOWA, 50266
State: Iowa Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $4.5 million to EPATHUSA, INC. for work described as: MEDICARE FEE-FOR-SERVICE CORRECTIVE ACTION STRATEGIC ANALYSIS EFFORT Key points: 1. Contract awarded for strategic analysis of Medicare fee-for-service corrective actions. 2. Focus on administrative management and general management consulting services. 3. Contract duration of 729 days suggests a comprehensive, multi-phase project. 4. Firm Fixed Price contract type indicates defined scope and predictable costs. 5. Awarded by the Centers for Medicare and Medicaid Services (CMS). 6. Contractor EPATHUSA, Inc. has experience in this service category. 7. No small business set-aside, indicating a focus on specialized capabilities.
Value Assessment
Rating: fair
The contract value of $4.48 million for a 729-day engagement appears reasonable for specialized consulting services in a complex area like Medicare corrective actions. Benchmarking against similar strategic analysis efforts within HHS or CMS would provide a clearer picture of value for money. The firm fixed-price structure helps control costs, but the absence of detailed performance metrics makes a definitive value assessment challenging without further context on deliverables.
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. While sole-source awards can be justified for unique capabilities or urgent needs, they limit price discovery and potentially reduce competitive pressure on the contractor to offer the most cost-effective solution. The justification for this sole-source award would be critical to understanding if it represents the best approach for obtaining these specialized services.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as competition is bypassed, potentially resulting in less favorable pricing than if multiple bids were solicited.
Public Impact
The primary beneficiaries are the Centers for Medicare and Medicaid Services (CMS), which will receive strategic insights to improve the Medicare fee-for-service program. The services delivered will focus on analyzing and recommending improvements for corrective action processes. The geographic impact is national, as CMS operates nationwide. Workforce implications are likely internal to CMS, with staff potentially collaborating with the contractor and implementing recommended changes.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition due to sole-source award may limit cost savings for taxpayers.
- Absence of detailed performance metrics in the provided data makes it difficult to assess contractor performance risks.
- The broad nature of 'administrative management and general management consulting services' could lead to scope creep if not tightly managed.
Positive Signals
- Firm Fixed Price contract type provides cost certainty for the government.
- Contract duration of nearly two years suggests a commitment to a thorough analysis.
- Awarding to a single contractor can ensure continuity and deep engagement on a complex issue.
Sector Analysis
This contract falls within the professional, scientific, and technical services sector, specifically focusing on management consulting. The market for such services is vast, with numerous firms capable of providing expertise in healthcare administration and policy analysis. The value of this contract, $4.48 million, is moderate within the context of federal consulting awards, but its strategic importance to CMS operations is significant. Comparable spending benchmarks would typically involve analyzing the cost of similar strategic assessments or program improvement initiatives within government agencies.
Small Business Impact
The contract was not set aside for small businesses, nor does it indicate any specific subcontracting requirements for small businesses. This suggests that the specialized nature of the services required led to the selection of a contractor based on perceived capability rather than small business participation goals. The absence of set-asides means that opportunities for small businesses to participate in this specific contract are limited, though they may be involved in other related efforts.
Oversight & Accountability
Oversight for this contract would primarily reside with the contracting officer and program officials within the Centers for Medicare and Medicaid Services (CMS). As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency would be enhanced by public reporting of contract awards and, where possible, the release of non-sensitive findings from the strategic analysis. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- Medicare Fee-for-Service Program
- CMS Corrective Action Plans
- Healthcare Consulting Services
- Federal Management Consulting Contracts
Risk Flags
- Sole-source award bypasses competition, potentially increasing costs.
- Lack of detailed performance metrics requires close monitoring.
- Broad service category could lead to scope management challenges.
Tags
health-it, medicare, hhs, cms, consulting-services, definitive-contract, firm-fixed-price, sole-source, administrative-management, strategic-analysis, iowa, corrective-action
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $4.5 million to EPATHUSA, INC.. MEDICARE FEE-FOR-SERVICE CORRECTIVE ACTION STRATEGIC ANALYSIS EFFORT
Who is the contractor on this award?
The obligated recipient is EPATHUSA, INC..
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 $4.5 million.
What is the period of performance?
Start: 2024-09-13. End: 2026-09-12.
What is the specific expertise EPATHUSA, Inc. brings to this Medicare corrective action analysis?
While the provided data does not detail EPATHUSA, Inc.'s specific past performance on Medicare corrective actions, their classification under NAICS code 541611 (Administrative Management and General Management Consulting Services) indicates a general capability in providing strategic advice and management support. To fully assess their suitability, a review of their contract history, client testimonials, and any specific case studies related to healthcare program integrity, regulatory compliance, or operational efficiency within government health programs would be necessary. Their ability to navigate the complexities of the Medicare program, including its regulatory framework and financial intricacies, is paramount for the success of this strategic analysis effort.
How does the $4.48 million contract value compare to similar strategic analysis efforts within CMS or HHS?
Benchmarking the $4.48 million contract value requires comparing it to similar strategic analysis or consulting engagements undertaken by CMS or other agencies within HHS. Factors such as contract duration (729 days), scope of work (Medicare fee-for-service corrective action analysis), and the specific deliverables expected are crucial for a meaningful comparison. Without access to a database of comparable contracts, it's difficult to definitively state if this represents excellent, fair, or questionable value. However, for a two-year engagement focused on a critical area of healthcare administration, the amount appears within a reasonable range for specialized consulting services, assuming the contractor delivers high-quality, actionable insights.
What are the primary risks associated with a sole-source award for this type of service?
The primary risks associated with a sole-source award for this Medicare corrective action analysis stem from the lack of competition. This can lead to several issues: 1) Higher Costs: Without competitive bidding, the government may pay a premium compared to what could have been achieved through a competitive process. 2) Reduced Innovation: The absence of multiple proposals might limit the range of innovative solutions or approaches presented. 3) Potential for Complacency: The contractor may face less pressure to perform at the highest level or to be exceptionally efficient, knowing they are the sole provider for this engagement. 4) Limited Oversight Effectiveness: While oversight mechanisms exist, the inherent advantage of a sole-source provider can sometimes make it harder to identify inefficiencies or areas for cost reduction.
How effective are the oversight mechanisms for this contract, given its sole-source nature?
Oversight for this contract will be managed through standard federal acquisition processes, including the appointment of a Contracting Officer's Representative (COR) responsible for monitoring performance and ensuring deliverables meet requirements. The Firm Fixed Price (FFP) contract type provides a degree of cost control, as the contractor is obligated to complete the work for the agreed-upon price. However, the effectiveness of oversight is heavily dependent on the clarity of the Statement of Work (SOW), the diligence of the COR in tracking progress and quality, and the contractor's commitment to transparency. Given the sole-source nature, proactive and rigorous oversight is even more critical to ensure value for money and that the strategic objectives are met effectively.
What are the potential implications for the Medicare program's integrity and efficiency resulting from this contract?
This contract has the potential to significantly enhance the integrity and efficiency of the Medicare fee-for-service program. By undertaking a strategic analysis of corrective actions, EPATHUSA, Inc. is expected to identify weaknesses in current processes, recommend improvements for identifying and addressing improper payments or program violations, and potentially streamline the implementation of corrective measures. Effective analysis and subsequent implementation of recommendations could lead to reduced financial losses due to fraud, waste, and abuse, improved compliance by providers, and a more robust system for maintaining the financial health and operational effectiveness of Medicare.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Management, Scientific, and Technical Consulting Services › Administrative Management and General Management Consulting Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: NOT AVAILABLE FOR COMPETITION
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1075 JORDAN CREEK PKWY, WEST DES MOINES, IA, 50266
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Joint Venture Economically Disadvantaged Women Owned Small Business, Joint Venture Women Owned Small Business, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $4,476,486
Exercised Options: $4,476,486
Current Obligation: $4,476,486
Actual Outlays: $2,968,456
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2024-09-13
Current End Date: 2026-09-12
Potential End Date: 2026-09-12 00:00:00
Last Modified: 2026-03-25
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 →