HHS awards $188,790 task order for temporary anesthesia services to Bay Area Anesthesia LLC

Contract Overview

Contract Amount: $188,790 ($188.8K)

Contractor: BAY Area Anesthesia LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2025-03-13

End Date: 2026-01-25

Contract Duration: 318 days

Daily Burn Rate: $594/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: 03/13/2025-01/25/2026 TASK ORDER FOR CLSU

Place of Performance

Location: CASS LAKE, CASS County, MINNESOTA, 56633

State: Minnesota Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $188,790 to BAY AREA ANESTHESIA LLC for work described as: 03/13/2025-01/25/2026 TASK ORDER FOR CLSU Key points: 1. The contract value represents a modest investment for specialized temporary staffing. 2. Competition was full and open, suggesting a potentially competitive pricing environment. 3. The fixed-price contract type helps mitigate cost overrun risks. 4. Performance is scheduled over approximately 10 months, indicating a short-term need. 5. The services fall under temporary help, a common category for addressing staffing gaps. 6. The award is a delivery order under a larger contract vehicle.

Value Assessment

Rating: good

The contract value of $188,790 for approximately 10 months of temporary anesthesia services appears reasonable for specialized medical staffing. Benchmarking against similar temporary staffing contracts for healthcare professionals would provide a more precise value assessment. The firm fixed-price structure is a positive indicator for cost control, as it shifts risk to the contractor.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely solicited and had the opportunity to bid. This approach generally fosters a competitive environment, which can lead to better pricing and service quality for the government. The specific number of bidders is not provided, but the designation suggests a robust competition.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it increases the likelihood of obtaining services at competitive market rates, preventing potential overpayment and ensuring efficient use of public funds.

Public Impact

Patients receiving care from the Indian Health Service will benefit from continued access to anesthesia services. The contract ensures the availability of essential medical support staff for a defined period. The geographic impact is primarily within the service area of the Indian Health Service, likely in Minnesota. The contract supports the operational capacity of healthcare facilities within the IHS.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare staffing sector, particularly temporary and locum tenens services, is a significant market driven by the need for flexibility and specialized skills. Federal agencies like the Indian Health Service often utilize such contracts to fill critical staffing shortages, especially in remote or underserved areas. The market for temporary healthcare staffing is competitive, with numerous providers vying for government contracts.

Small Business Impact

The provided data does not indicate if this contract included small business set-asides or subcontracting goals. As a delivery order under a larger contract, the original vehicle's small business provisions would apply. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

Oversight for this task order would typically fall under the Indian Health Service's contracting and program management offices. The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Transparency is enhanced by the public nature of federal contract awards, though detailed performance monitoring reports are not usually publicly available.

Related Government Programs

Risk Flags

Tags

healthcare, indian-health-service, department-of-health-and-human-services, temporary-help-services, anesthesia-services, firm-fixed-price, delivery-order, full-and-open-competition, minnesota, task-order

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $188,790 to BAY AREA ANESTHESIA LLC. 03/13/2025-01/25/2026 TASK ORDER FOR CLSU

Who is the contractor on this award?

The obligated recipient is BAY AREA ANESTHESIA LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Indian Health Service).

What is the total obligated amount?

The obligated amount is $188,790.

What is the period of performance?

Start: 2025-03-13. End: 2026-01-25.

What is the historical spending pattern for temporary anesthesia services by the Indian Health Service?

Analyzing historical spending for temporary anesthesia services by the Indian Health Service would involve reviewing past contract awards for similar services over several fiscal years. This would help identify trends in contract values, durations, and the number of contractors utilized. Understanding historical spending can reveal whether this $188,790 task order is consistent with past investments, or if it represents an increase or decrease in demand for such services. It also helps in assessing if the IHS has relied on a consistent set of vendors or if there has been frequent rotation, which could indicate varying levels of satisfaction or market competitiveness over time. Without specific historical data, it's difficult to provide a precise comparison, but such an analysis is crucial for long-term budget planning and identifying potential cost-saving opportunities.

How does the pricing of this contract compare to similar temporary anesthesia staffing contracts awarded by other federal agencies?

To compare the pricing of this $188,790 task order for temporary anesthesia services with similar contracts from other federal agencies, one would need access to a database of federal procurements. Key comparison points would include the hourly or daily rates charged by the contractor, the total contract value relative to the duration and scope of services, and the specific qualifications of the anesthesia providers. Factors such as geographic location (e.g., rural vs. urban), the urgency of the need, and the specific skill sets required can significantly influence pricing. A comprehensive benchmark analysis would involve identifying contracts with similar service requirements, contract types (e.g., firm-fixed-price), and award dates. If this contract's rates are significantly higher or lower than comparable awards, it could indicate either exceptional value or potential overpricing, warranting further investigation into the specific market conditions and service levels.

What is the track record of Bay Area Anesthesia LLC in performing federal contracts, particularly for the Indian Health Service?

Assessing the track record of Bay Area Anesthesia LLC requires examining their past performance on federal contracts. This involves reviewing contract databases for previous awards to the company, noting the agencies they have served, the types of services provided, and the contract values. Crucially, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS) should be consulted to gauge their reliability, quality of service, and adherence to schedule and budget on prior engagements. For this specific contract with the Indian Health Service, understanding if they have previously provided similar anesthesia services to IHS or other healthcare facilities within the federal system would be particularly relevant. A history of successful contract completions and positive performance reviews would indicate a lower risk for this current task order, while a pattern of issues or negative feedback would raise concerns about their ability to meet the government's needs effectively.

What are the potential risks associated with relying on temporary staffing for critical anesthesia services?

Relying on temporary staffing for critical anesthesia services presents several potential risks. Firstly, there's a risk of inconsistent quality of care if temporary staff are not thoroughly vetted or are unfamiliar with the specific protocols and equipment at the facility. Secondly, continuity of care can be disrupted, as temporary providers may lack the in-depth knowledge of patient histories or the established working relationships with surgical teams that permanent staff possess. Thirdly, there can be administrative and logistical challenges in onboarding and managing temporary personnel, including credentialing, scheduling, and ensuring compliance with all relevant regulations. Finally, depending heavily on temporary staff might indicate underlying issues with recruitment and retention of permanent personnel, potentially signaling deeper organizational problems within the Indian Health Service that this contract only temporarily addresses.

How does the duration of this contract (approx. 10 months) align with typical needs for temporary anesthesia support in federal healthcare settings?

The duration of this task order, spanning approximately 10 months (March 13, 2025, to January 25, 2026), suggests a medium-term need for temporary anesthesia services. This timeframe is often indicative of covering extended leave for permanent staff, managing temporary surges in patient volume, or bridging a gap while a permanent position is being recruited and filled. Federal healthcare settings, particularly those in the Indian Health Service which may face recruitment challenges in certain locations, often utilize contracts of this length to ensure consistent operational capacity. A duration significantly shorter might suggest a short-term project or immediate coverage, while a much longer duration could imply a more systemic, long-term staffing solution or a less competitive procurement process. This 10-month period appears to be a common and practical duration for addressing such needs.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesEmployment ServicesTemporary Help Services

Product/Service Code: MEDICAL SERVICESMEDICAL, DENTAL, AND SURGICAL SVCS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3451 S MERCY RD, GILBERT, AZ, 85297

Business Categories: American Indian Owned Business, Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Service Disabled Veteran Owned Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $188,790

Exercised Options: $188,790

Current Obligation: $188,790

Actual Outlays: $188,790

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 75H70524D00011

IDV Type: IDC

Timeline

Start Date: 2025-03-13

Current End Date: 2026-01-25

Potential End Date: 2029-01-25 00:00:00

Last Modified: 2026-04-07

More Contracts from BAY Area Anesthesia LLC

View all BAY Area Anesthesia LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending