HHS Awards $2.4M for Security Controls Assessment to Antean Technology LLC

Contract Overview

Contract Amount: $2,404,600 ($2.4M)

Contractor: Antean Technology LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2024-01-15

End Date: 2027-01-14

Contract Duration: 1,095 days

Daily Burn Rate: $2.2K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: SECURITY CONTROLS ASSESSMENT (SCA)

Place of Performance

Location: ALEXANDRIA, FAIRFAX County, VIRGINIA, 22315

State: Virginia Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $2.4 million to ANTEAN TECHNOLOGY LLC for work described as: SECURITY CONTROLS ASSESSMENT (SCA) Key points: 1. Contract awarded to Antean Technology LLC for $2.4M. 2. Services fall under Computer Systems Design, a competitive sector. 3. Risk of vendor lock-in is low due to full and open competition. 4. Spending is within typical benchmarks for IT services.

Value Assessment

Rating: good

The contract value of $2.4M for a 3-year period appears reasonable for specialized IT security services. Benchmarking against similar contracts for Computer Systems Design Services is needed for a definitive assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded through full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing.

Taxpayer Impact: The use of full and open competition suggests taxpayers are likely receiving fair value for the services rendered.

Public Impact

Ensures critical security controls are assessed for CMS systems. Supports the operational integrity of Medicare and Medicaid services. Enhances cybersecurity posture for sensitive health data.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

  • Full and open competition
  • Clear service description (SCA)
  • Fixed price contract type

Sector Analysis

This contract falls within the IT services sector, specifically Computer Systems Design. Spending benchmarks for similar IT security assessment contracts vary widely based on scope and duration, but $2.4M for three years is within a common range.

Small Business Impact

The data indicates this contract was not set aside for small businesses, and the prime contractor, Antean Technology LLC, is not explicitly identified as a small business in this snippet. Further investigation would be needed to confirm.

Oversight & Accountability

The contract is managed by the Centers for Medicare and Medicaid Services (CMS) within HHS, implying standard federal oversight. The fixed-price nature of the contract provides some cost control, but performance monitoring is crucial.

Related Government Programs

  • Computer Systems Design Services
  • Department of Health and Human Services Contracting
  • Centers for Medicare and Medicaid Services Programs

Risk Flags

  • Lack of detailed past performance information.
  • Potential for scope creep if SOW is not tightly managed.
  • Dependence on vendor expertise for critical security assessments.

Tags

computer-systems-design-services, department-of-health-and-human-services, va, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $2.4 million to ANTEAN TECHNOLOGY LLC. SECURITY CONTROLS ASSESSMENT (SCA)

Who is the contractor on this award?

The obligated recipient is ANTEAN TECHNOLOGY LLC.

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 $2.4 million.

What is the period of performance?

Start: 2024-01-15. End: 2027-01-14.

What is the specific scope of the Security Controls Assessment (SCA) and how does it align with CMS's overall cybersecurity strategy?

The Security Controls Assessment (SCA) likely involves evaluating the effectiveness of existing security measures within CMS IT systems against established frameworks like NIST. This aligns with the agency's broader strategy to protect sensitive health information and ensure compliance with regulations such as HIPAA. A detailed review of the SOW would clarify specific deliverables and assessment methodologies.

Are there any potential risks associated with the chosen vendor, Antean Technology LLC, regarding past performance or cybersecurity practices?

While the contract was awarded through full and open competition, a thorough review of Antean Technology LLC's past performance and cybersecurity posture is essential. This includes checking for any negative past performance reports, active security incidents, or compliance issues. Understanding their track record helps mitigate risks related to service delivery and data security.

How will the effectiveness of the SCA be measured to ensure it leads to tangible improvements in CMS's security posture?

Effectiveness will be measured by the actionable insights and recommendations provided in the SCA reports and the subsequent implementation of those recommendations. Key performance indicators (KPIs) should track the reduction in identified vulnerabilities, improved compliance scores, and the overall enhancement of the agency's threat detection and response capabilities.

Industry Classification

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

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - APLLICATIONS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5680 KING CENTRE DR STE 600, ALEXANDRIA, VA, 22315

Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $3,960,919

Exercised Options: $2,404,600

Current Obligation: $2,404,600

Actual Outlays: $1,583,689

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 47QTCA21D009W

IDV Type: FSS

Timeline

Start Date: 2024-01-15

Current End Date: 2027-01-14

Potential End Date: 2029-01-14 00:00:00

Last Modified: 2026-01-14

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending