HHS Awards $12.1M Contract for Urban Health Programs in MD and MA to Native American Lifelines
Contract Overview
Contract Amount: $12,078,606 ($12.1M)
Contractor: Native American Lifelines, Inc
Awarding Agency: Department of Health and Human Services
Start Date: 2020-08-01
End Date: 2025-07-31
Contract Duration: 1,825 days
Daily Burn Rate: $6.6K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: URBAN PROGRAMS BALTIMORE, MD AND BOSTON,MA
Place of Performance
Location: BALTIMORE, BALTIMORE CITY County, MARYLAND, 21202
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $12.1 million to NATIVE AMERICAN LIFELINES, INC for work described as: URBAN PROGRAMS BALTIMORE, MD AND BOSTON,MA Key points: 1. Contract awarded to Native American Lifelines, Inc. for urban health programs. 2. The contract has a duration of 5 years, ending July 31, 2025. 3. Awarded under full and open competition, suggesting a competitive bidding process. 4. The contract type is Firm Fixed Price, providing cost certainty for the government.
Value Assessment
Rating: fair
The contract value of $12.1 million over five years averages $2.4 million annually. Benchmarking against similar general medical and surgical hospital contracts requires more specific service details, but this appears to be within a reasonable range for specialized urban health programs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded through full and open competition, indicating that multiple vendors had the opportunity to bid. This method generally promotes competitive pricing and ensures the government receives the best value.
Taxpayer Impact: The competitive nature of the award suggests that taxpayer funds are being used efficiently, with pricing determined through market forces rather than sole-source negotiation.
Public Impact
Provides essential health services to urban Native American populations in Baltimore, MD, and Boston, MA. Supports the Indian Health Service's mission to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives. The five-year duration allows for program stability and continuity of care for beneficiaries.
Waste & Efficiency Indicators
Waste Risk Score: 60 / 10
Warning Flags
- Lack of specific performance metrics in the provided data.
- Geographic dispersion of services across two major urban centers.
- Potential for increased costs if demand exceeds initial projections.
Positive Signals
- Awarded through full and open competition.
- Firm Fixed Price contract type offers cost predictability.
- Long-term contract duration supports program stability.
Sector Analysis
The healthcare sector, specifically general medical and surgical hospitals, is a critical area of federal spending. This contract falls under the Indian Health Service's purview, focusing on providing specialized care to a specific demographic in urban settings, which can have unique cost drivers compared to rural IHS facilities.
Small Business Impact
The provided data does not indicate whether small businesses were involved in this contract, either as prime contractors or subcontractors. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
Oversight would typically involve the Department of Health and Human Services and the Indian Health Service monitoring contract performance, financial expenditures, and adherence to service level agreements. Regular reporting and site visits would be standard accountability measures.
Related Government Programs
- General Medical and Surgical Hospitals
- Department of Health and Human Services Contracting
- Indian Health Service Programs
Risk Flags
- Contract duration is substantial (5 years), requiring ongoing monitoring.
- Services are spread across two major metropolitan areas, increasing logistical complexity.
- Potential for scope creep if unmet needs arise beyond the initial contract.
- Reliance on a single awardee for critical health services in these urban areas.
Tags
general-medical-and-surgical-hospitals, department-of-health-and-human-services, md, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $12.1 million to NATIVE AMERICAN LIFELINES, INC. URBAN PROGRAMS BALTIMORE, MD AND BOSTON,MA
Who is the contractor on this award?
The obligated recipient is NATIVE AMERICAN LIFELINES, INC.
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 $12.1 million.
What is the period of performance?
Start: 2020-08-01. End: 2025-07-31.
What specific health services are included under this contract, and how do they align with the needs of the urban Native American populations in Baltimore and Boston?
The contract specifies General Medical and Surgical Hospitals (NAICS 622110), implying a broad range of services including primary care, specialist consultations, diagnostic services, and potentially emergency care. The alignment with specific community needs would be detailed in the contract's statement of work, outlining programs for chronic disease management, mental health support, and preventative care tailored to the urban Native American demographic.
What are the key performance indicators (KPIs) for this contract, and how will Native American Lifelines, Inc. be evaluated on its ability to deliver effective healthcare services?
Key performance indicators are crucial for evaluating contract effectiveness but are not detailed in the provided summary. Typically, KPIs for such contracts would include patient access metrics (e.g., appointment wait times), quality of care indicators (e.g., adherence to treatment protocols, patient outcomes), patient satisfaction scores, and financial management efficiency. The Indian Health Service would monitor these KPIs through regular performance reports and potentially site assessments.
Are there any identified risks associated with the geographic distribution of services across Baltimore and Boston, and how are these being mitigated?
The primary risk associated with serving two distinct urban areas is logistical complexity and potentially higher operational costs for the contractor. Mitigation strategies likely involve establishing robust local management teams in each city, efficient supply chain and staffing models, and clear communication protocols between the two service locations and the contracting agency. The firm-fixed-price nature of the contract incentivizes the contractor to manage these risks effectively.
Industry Classification
NAICS: Health Care and Social Assistance › General Medical and Surgical Hospitals › General Medical and Surgical Hospitals
Product/Service Code: MEDICAL SERVICES › GENERAL HEALTH CARE SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1 E FRANKLIN ST STE 200, BALTIMORE, MD, 21202
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Tax Exempt, Minority Owned Business, Native American Owned Business, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $12,078,606
Exercised Options: $12,078,606
Current Obligation: $12,078,606
Actual Outlays: $11,156,227
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2020-08-01
Current End Date: 2025-07-31
Potential End Date: 2025-07-31 00:00:00
Last Modified: 2025-09-19
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 →