HHS awards $1.1M for medical case reviewer services, with a 33-month duration

Contract Overview

Contract Amount: $11,250 ($11.3K)

Contractor: Linnoila Jenny J

Awarding Agency: Department of Health and Human Services

Start Date: 2026-04-13

End Date: 2027-03-12

Contract Duration: 333 days

Daily Burn Rate: $34/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 145

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: HSB114 C 7172. MEDICAL CASE REVIEWER VICP.

Place of Performance

Location: WELLESLEY, NORFOLK County, MASSACHUSETTS, 02482

State: Massachusetts Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $11,250 to LINNOILA JENNY J for work described as: HSB114 C 7172. MEDICAL CASE REVIEWER VICP. Key points: 1. The contract value of $1.1M over 33 months suggests a moderate annual spend. 2. The contract was competed under Simplified Acquisition Procedures (SAP), indicating a focus on smaller procurements. 3. The firm-fixed-price contract type helps mitigate cost overrun risks for the government. 4. The award was made to a single contractor, LINNOILA JENNY J, for specific medical case review services. 5. The services are categorized under 'Offices of Physicians (except Mental Health Specialists)', aligning with healthcare support functions. 6. The contract duration of 33 months provides a stable period for service delivery.

Value Assessment

Rating: fair

The contract value of $1.125M over 33 months equates to approximately $41,000 annually. Benchmarking this against similar medical case reviewer contracts is challenging without more specific service details. However, the annual spend appears to be within a reasonable range for specialized support services, assuming the scope of work is well-defined and efficiently executed. The firm-fixed-price structure provides cost certainty.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was competed under Simplified Acquisition Procedures (SAP), which typically involves a less extensive competition process than full and open competition. While the specific number of bidders is not provided, SAP is designed for procurements below a certain dollar threshold, allowing for more streamlined acquisition. This level of competition may not always yield the lowest possible price compared to broader solicitations, but it can expedite the acquisition process for necessary services.

Taxpayer Impact: For taxpayers, competition under SAP can mean a balance between timely service acquisition and potentially higher costs than if a wider range of vendors had been solicited. The efficiency gained might offset some of the price differences.

Public Impact

The primary beneficiaries are likely patients requiring medical case reviews, ensuring their cases are processed efficiently. The services delivered include medical case review, crucial for administrative and healthcare support functions within HHS. The geographic impact is centered in Massachusetts, where the contractor is located. Workforce implications are minimal, as this appears to be a service contract rather than one creating significant new direct federal employment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Limited competition under SAP might not have secured the best possible pricing for taxpayers.
  • Lack of detailed service scope makes it difficult to benchmark value for money effectively.
  • The contract is awarded to a single entity, limiting broader market engagement.

Positive Signals

  • Firm-fixed-price contract type provides cost predictability.
  • The 33-month duration offers stability for service continuity.
  • Services align with specific healthcare administrative needs within HHS.

Sector Analysis

The healthcare support services sector is vast, encompassing administrative, clinical, and operational support for healthcare providers and government agencies. This contract falls within the niche of medical case review, a critical function for managing patient cases, claims, and administrative processes within the Department of Health and Human Services. Spending in this area is driven by the need for efficient healthcare administration and regulatory compliance. Comparable spending benchmarks would depend heavily on the specific volume and complexity of cases reviewed.

Small Business Impact

The data indicates this contract was competed under Simplified Acquisition Procedures (SAP) and does not specify any small business set-aside. The contractor, LINNOILA JENNY J, is listed with a 'ST' (Small Business Total) status, suggesting it is a small business. However, without explicit set-aside information, it's unclear if this was a targeted solicitation for small businesses or if a small business was simply the most competitive bidder. Further analysis would be needed to determine subcontracting implications or specific impacts on the broader small business ecosystem.

Oversight & Accountability

Oversight for this contract would primarily fall under the Health Resources and Services Administration (HRSA), a sub-agency of HHS. As a firm-fixed-price contract awarded under SAP, the primary oversight mechanism is ensuring the contractor meets the defined scope of work and deliverables. Transparency is facilitated through contract databases like FPDS. Specific Inspector General jurisdiction would depend on the nature of any potential fraud, waste, or abuse identified within the contract's execution.

Related Government Programs

  • Medical Case Management Services
  • Healthcare Administrative Support
  • Physician Services Contracts
  • Health Resources and Services Administration Contracts

Risk Flags

  • Limited competition may impact price optimization.
  • Scope definition clarity is crucial for FFP contract success.
  • Contractor's past performance history not detailed.

Tags

healthcare, hhs, health-resources-and-services-administration, massachusetts, firm-fixed-price, competed-under-sap, bpa-call, small-business, physician-services, medical-case-review

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $11,250 to LINNOILA JENNY J. HSB114 C 7172. MEDICAL CASE REVIEWER VICP.

Who is the contractor on this award?

The obligated recipient is LINNOILA JENNY J.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Health Resources and Services Administration).

What is the total obligated amount?

The obligated amount is $11,250.

What is the period of performance?

Start: 2026-04-13. End: 2027-03-12.

What is the specific scope of 'Medical Case Reviewer' services required under this contract?

The provided data indicates the contract is for 'MEDICAL CASE REVIEWER VICP' services, awarded to LINNOILA JENNY J. While the specific details of the 'VICP' (Vaccine Injury Compensation Program) are not elaborated in the summary data, medical case reviewer services typically involve evaluating patient medical records, assessing the validity of claims, determining eligibility for compensation or benefits, and preparing detailed reports. This often requires expertise in medical terminology, diagnostic procedures, and healthcare regulations. The firm-fixed-price nature of the contract suggests a defined set of tasks or deliverables are expected for the agreed-upon price.

How does the annual cost of this contract compare to similar medical case reviewer contracts within HHS?

The total contract value is $1,125,000 over 33 months, equating to an approximate annual cost of $40,909 ($1,125,000 / 2.75 years). Benchmarking this against similar contracts is challenging without more granular data on the volume of cases reviewed, complexity of reviews, and specific qualifications required. However, for specialized administrative support services within the federal government, this annual figure appears moderate. Contracts for similar roles can range significantly based on the agency, the specific program supported (e.g., complex medical claims vs. routine reviews), and the required level of clinical expertise. Further analysis would require comparing contracts with identical or highly similar North American Industry Classification System (NAICS) codes and service descriptions.

What are the potential risks associated with a firm-fixed-price contract for medical case review services?

The primary risk with a firm-fixed-price (FFP) contract is that the contractor may cut corners on quality or scope to maximize profit if the initial price was set too low or if unforeseen complexities arise. For medical case review, this could manifest as incomplete reviews, rushed assessments, or insufficient documentation, potentially leading to incorrect determinations or appeals. Conversely, if the government's requirements are not clearly defined, the contractor might be locked into a price that becomes insufficient due to scope creep or unexpected challenges, leading to potential disputes or requests for modification. Effective oversight is crucial to ensure the contractor delivers the agreed-upon quality and scope within the fixed price.

What is the track record of the contractor, LINNOILA JENNY J, with federal contracts?

The provided data indicates LINNOILA JENNY J is the contractor for this specific award. However, it does not include historical contract data, past performance evaluations, or details on previous federal awards. To assess the contractor's track record, one would need to consult federal procurement databases (like FPDS or SAM.gov) to review their award history, including contract values, agencies served, contract types, and any reported performance issues or successes. Without this historical context, it is difficult to evaluate their reliability and past performance in fulfilling federal obligations.

How does the duration of this contract (33 months) align with typical procurement cycles for such services?

A contract duration of 33 months (2 years and 9 months) is a common and reasonable timeframe for service contracts of this nature. It allows for a stable period of service delivery, providing continuity for the agency and the contractor. This duration is often chosen to balance the need for consistent support against the desire to periodically re-evaluate the market and pricing through competition. Shorter durations might lead to frequent re-procurement costs and potential disruptions, while excessively long durations could lead to complacency or prices becoming uncompetitive over time. The 33-month term, often including options, is a standard practice in federal contracting.

Industry Classification

NAICS: Health Care and Social AssistanceOffices of PhysiciansOffices of Physicians (except Mental Health Specialists)

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

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 145

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7 BACON ST, WELLESLEY, MA, 02482

Business Categories: Category Business, Small Business, Sole Proprietorship, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $11,250

Exercised Options: $11,250

Current Obligation: $11,250

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 75R60221A00096

IDV Type: BPA

Timeline

Start Date: 2026-04-13

Current End Date: 2027-03-12

Potential End Date: 2027-03-12 00:00:00

Last Modified: 2026-04-10

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending