DoD's $6.4M contract for medical technicians awarded to Akahi Ingenesis Partners LLC, with 19 orders

Contract Overview

Contract Amount: $6,440,547 ($6.4M)

Contractor: Akahi Ingenesis Partners LLC

Awarding Agency: Department of Defense

Start Date: 2021-10-01

End Date: 2026-09-30

Contract Duration: 1,825 days

Daily Burn Rate: $3.5K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 19

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: ECHOCARDIOGRAPHIC TECHNOLOGIST, MEDICAL LABORATORY TECHNICIAN, (3) MEDICAL LABORATORY TECHNICIAN (ASWBPL), (3) OPHTHALMOLOGY TECHNICIAN, (3) PHARMACY TECHNICIAN AND (3) PHLEBOTOMY TECHNICIAN (PBT)

Place of Performance

Location: TRAVIS AFB, SOLANO County, CALIFORNIA, 94535

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $6.4 million to AKAHI INGENESIS PARTNERS LLC for work described as: ECHOCARDIOGRAPHIC TECHNOLOGIST, MEDICAL LABORATORY TECHNICIAN, (3) MEDICAL LABORATORY TECHNICIAN (ASWBPL), (3) OPHTHALMOLOGY TECHNICIAN, (3) PHARMACY TECHNICIAN AND (3) PHLEBOTOMY TECHNICIAN (PBT) Key points: 1. Value for money assessed through comparison with similar contracts and market rates. 2. Competition dynamics indicate a full and open competition, potentially driving favorable pricing. 3. Risk indicators include contract duration and fixed-price nature, which can mitigate cost overruns. 4. Performance context relies on the successful delivery of specialized medical personnel. 5. Sector positioning within healthcare services for military personnel. 6. The contract's fixed-price structure aims to control costs for the government. 7. Multiple delivery orders suggest ongoing need and successful task execution.

Value Assessment

Rating: good

The contract's total value of $6.4 million over five years for specialized medical technicians appears reasonable when benchmarked against similar healthcare support contracts. The firm fixed-price structure provides cost certainty for the Department of Defense. While specific per-unit costs for each technician role are not detailed, the overall value suggests a competitive rate for the services rendered, especially considering the specialized nature of the roles and the geographic location.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while sources were initially excluded, the remaining pool was competed openly. The presence of 19 delivery orders suggests that the initial competition was robust enough to establish a qualified contractor capable of fulfilling ongoing needs. The open competition is generally expected to lead to competitive pricing and a wider selection of qualified vendors.

Taxpayer Impact: The open competition process is beneficial for taxpayers as it encourages multiple vendors to bid, driving down prices and ensuring the government receives the best value for its investment in essential medical personnel.

Public Impact

Military personnel and their families benefit from the consistent availability of essential medical services. Services delivered include specialized roles such as echocardiographic technologists, medical laboratory technicians, ophthalmology technicians, pharmacy technicians, and phlebotomy technicians. The contract's geographic impact is primarily within California, supporting military healthcare facilities. Workforce implications include the provision of skilled medical professionals to the Department of the Air Force.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for increased costs if the scope of services expands beyond initial expectations.
  • Reliance on a single contractor for critical medical support roles could pose a risk if performance issues arise.
  • Ensuring consistent quality across all 19 delivery orders requires diligent oversight.

Positive Signals

  • The firm fixed-price contract type helps to control costs and mitigate budget uncertainty.
  • Awarding to a single contractor for a defined period can streamline service delivery and reduce administrative burden.
  • The contract's duration allows for stable staffing and consistent service provision.

Sector Analysis

This contract falls within the healthcare services sector, specifically focusing on providing specialized medical technicians to support military healthcare operations. The market for healthcare support services is substantial, with significant government spending allocated to medical readiness and personnel. This contract represents a portion of the Department of Defense's broader strategy to ensure adequate medical staffing at its facilities, comparable to civilian healthcare systems that also rely on specialized technicians.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, there are no direct subcontracting implications or specific impacts on the small business ecosystem stemming from a set-aside provision. The primary contractor, Akahi Ingenesis Partners LLC, is responsible for fulfilling the contract requirements.

Oversight & Accountability

Oversight for this contract would typically be managed by the Department of the Air Force contracting officers and their representatives. Accountability measures are embedded in the contract terms, including performance standards and delivery schedules. Transparency is facilitated through contract award databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

  • DoD Medical Personnel Contracts
  • Military Healthcare Services
  • Medical Laboratory Services
  • Pharmacy Technician Support
  • Diagnostic Imaging Technicians

Risk Flags

  • Contract duration may lead to vendor lock-in.
  • Performance monitoring is crucial for service continuity.
  • Potential for scope creep if not managed tightly.

Tags

healthcare, department-of-defense, department-of-the-air-force, medical-technicians, firm-fixed-price, full-and-open-competition, delivery-order, california, professional-services, medical-laboratories, pharmacy-support, diagnostic-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $6.4 million to AKAHI INGENESIS PARTNERS LLC. ECHOCARDIOGRAPHIC TECHNOLOGIST, MEDICAL LABORATORY TECHNICIAN, (3) MEDICAL LABORATORY TECHNICIAN (ASWBPL), (3) OPHTHALMOLOGY TECHNICIAN, (3) PHARMACY TECHNICIAN AND (3) PHLEBOTOMY TECHNICIAN (PBT)

Who is the contractor on this award?

The obligated recipient is AKAHI INGENESIS PARTNERS LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $6.4 million.

What is the period of performance?

Start: 2021-10-01. End: 2026-09-30.

What is the track record of Akahi Ingenesis Partners LLC in fulfilling similar government contracts, particularly within the Department of Defense?

A review of federal procurement data indicates that Akahi Ingenesis Partners LLC has a history of receiving contracts, primarily within the healthcare and professional services domains. While specific details on past performance for contracts of this exact nature and scale are not immediately available in this summary, the award of this $6.4 million contract suggests a level of capability and past performance deemed sufficient by the Department of the Air Force. Further investigation into their contract history, including any performance reviews or past performance questionnaires, would provide a more comprehensive understanding of their reliability and expertise in delivering medical technician services.

How does the per-unit cost of these medical technicians compare to market rates for similar civilian positions?

The provided data does not include specific per-unit costs for each type of medical technician. The total contract value of $6.4 million is spread across various roles (echocardiographic technologist, medical laboratory technician, ophthalmology technician, pharmacy technician, phlebotomy technician) over a five-year period. To accurately benchmark per-unit costs, one would need to know the number of hours or full-time equivalents for each role and their respective billing rates. However, given the firm fixed-price nature and the competitive award process, it is reasonable to infer that the rates are intended to be competitive with, or potentially lower than, market rates for comparable civilian positions, considering the government's purchasing power and the contractor's need to secure the contract.

What are the primary risks associated with this contract, and how are they being mitigated?

The primary risks associated with this contract include potential performance deficiencies by the contractor, leading to gaps in essential medical services, and the possibility of cost increases if the scope of work expands unexpectedly. Mitigation strategies are in place through the firm fixed-price contract type, which caps the government's financial exposure. The Department of the Air Force's contracting officers and technical representatives are responsible for monitoring contractor performance against established standards and delivery schedules. Furthermore, the contract's duration allows for a stable relationship, but requires diligent oversight to ensure consistent quality and adherence to terms. The competitive award process also helps mitigate the risk of selecting an unqualified vendor.

How effective has this contract been in ensuring the availability of critical medical support personnel for the Air Force?

The effectiveness of this contract in ensuring the availability of critical medical support personnel can be inferred from the issuance of 19 delivery orders over its term. This suggests a sustained need for the services and the contractor's ability to meet those demands. The contract's duration (2021-2026) also points to a long-term requirement. While specific performance metrics are not detailed in the summary data, the continued utilization of the contract implies a degree of success in providing the necessary technicians. A comprehensive assessment would require reviewing performance reports and user feedback from the supported Air Force facilities.

What is the historical spending trend for similar medical technician services within the Department of Defense?

Historical spending trends for similar medical technician services within the Department of Defense are generally substantial, reflecting the ongoing need to staff military medical facilities. While the specific amount of $6.4 million for this contract is a discrete figure, the DoD consistently allocates significant resources to healthcare support. Analyzing past contracts for medical technicians, laboratory personnel, and other allied health professionals across different branches of the military would reveal patterns of demand, average contract values, and preferred contract types. This particular contract's value appears consistent with the scale of operations for a large military healthcare provider.

Industry Classification

NAICS: Health Care and Social AssistanceGeneral Medical and Surgical HospitalsGeneral Medical and Surgical Hospitals

Product/Service Code: MEDICAL SERVICESGENERAL HEALTH CARE SERVICES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 19

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 745 FORT ST STE 327, HONOLULU, HI, 96813

Business Categories: Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Native Hawaiian Organization Owned Firm, Partnership or Limited Liability Partnership, SBA Certified 8 a Joint Venture, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $6,440,547

Exercised Options: $6,440,547

Current Obligation: $6,440,547

Actual Outlays: $2,000,196

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HT005018D0027

IDV Type: IDC

Timeline

Start Date: 2021-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2025-12-30

More Contracts from Akahi Ingenesis Partners LLC

View all Akahi Ingenesis Partners LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending