Dod's $38.9M Contract for Medical IT Transition-In Awarded to Mantech Advanced Systems International, Inc
Contract Overview
Contract Amount: $38,905,993 ($38.9M)
Contractor: Mantech Advanced Systems International, Inc.
Awarding Agency: Department of Defense
Start Date: 2023-05-26
End Date: 2026-11-10
Contract Duration: 1,264 days
Daily Burn Rate: $30.8K/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: TRANSITION-IN OF THE THEATER MEDICAL INFORMATION PROGRAM JOINT SUSTAINMENT AND SUNSETTING INITIATIVE TRANSITION-IN.
Place of Performance
Location: HERNDON, FAIRFAX County, VIRGINIA, 20171
State: Virginia Government Spending
Plain-Language Summary
Department of Defense obligated $38.9 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC. for work described as: TRANSITION-IN OF THE THEATER MEDICAL INFORMATION PROGRAM JOINT SUSTAINMENT AND SUNSETTING INITIATIVE TRANSITION-IN. Key points: 1. Value-for-money assessment pending detailed cost analysis and benchmarking. 2. Full and open competition suggests potential for competitive pricing. 3. Risk indicators include contract duration and the complexity of IT system transitions. 4. Performance context is critical for understanding the success of this medical IT initiative. 5. Sector positioning within Defense Health Agency IT services is significant. 6. The contract's focus on sustaining and sunsetting an existing program highlights a need for efficient resource management.
Value Assessment
Rating: fair
The total contract value of $38.9 million over approximately 3.5 years requires careful benchmarking against similar IT transition and sustainment contracts. Without specific performance metrics or detailed cost breakdowns, assessing value for money is challenging. The firm-fixed-price structure provides some cost certainty, but the complexity of transitioning medical IT systems can lead to unforeseen expenses. Comparisons to industry standards for system integration and sunsetting services will be crucial for a definitive value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. This competitive process is generally expected to drive down prices and encourage innovation. The number of bidders and the evaluation criteria used would provide further insight into the intensity of the competition and its impact on the final price.
Taxpayer Impact: A full and open competition is favorable for taxpayers as it maximizes the potential for obtaining the best value through a competitive bidding process, leading to potentially lower costs and higher quality services.
Public Impact
Military personnel and healthcare providers will benefit from a stable and effectively managed medical information system. Services delivered include the transition-in of a critical medical IT program, ensuring continuity and efficient sunsetting of legacy systems. The geographic impact is likely nationwide, supporting DoD healthcare facilities across various locations. Workforce implications may involve IT specialists responsible for system integration, data migration, and program management.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Complexity of IT system transitions can introduce unforeseen technical challenges and cost overruns.
- Ensuring seamless data migration and integration between old and new systems is a significant technical hurdle.
- The sunsetting of a program requires careful planning to avoid disruption of critical services.
- Dependence on a single contractor for a critical IT function raises concerns about vendor lock-in and future pricing.
- The duration of the contract necessitates robust oversight to ensure continued performance and value.
Positive Signals
- Awarded through full and open competition, suggesting a robust selection process.
- Firm-fixed-price contract type provides cost predictability for the government.
- The contract aims to improve the efficiency and effectiveness of medical IT systems.
- Focus on transition-in and sunsetting indicates a strategic approach to IT lifecycle management.
- The contractor has a track record in advanced systems integration, potentially bringing valuable expertise.
Sector Analysis
This contract falls within the IT services sector, specifically focusing on computer systems design and integration for a critical defense healthcare application. The market for defense IT services is substantial, with significant government spending allocated to maintaining and modernizing technological infrastructure. This contract represents a portion of the Defense Health Agency's broader efforts to manage its complex IT portfolio, ensuring operational readiness and data integrity. Comparable spending benchmarks would involve analyzing other large-scale IT transition, sustainment, and sunsetting contracts within the federal government, particularly those in the healthcare or defense sectors.
Small Business Impact
The provided data indicates that this contract was not set aside for small businesses (sb: false) and did not involve a small business subcontracting plan (ss: false). This suggests that the primary award was made to a large business, and there is no explicit requirement for subcontracting to small businesses within this specific contract's terms as presented. The impact on the small business ecosystem would depend on whether the prime contractor voluntarily engages small businesses for support services, which is not detailed here.
Oversight & Accountability
Oversight for this contract would typically be managed by the Defense Health Agency contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract structure, which obligates the contractor to deliver specific services within agreed-upon costs. Transparency is facilitated through contract award databases and reporting requirements. The Inspector General's office within the Department of Defense may conduct audits or investigations if performance issues or potential fraud are identified.
Related Government Programs
- Theater Medical Information Program (TMIP)
- Defense Health Information Technology
- Medical Logistics Systems
- DoD IT Modernization Initiatives
- Healthcare IT Services
Risk Flags
- Potential for cost overruns due to IT transition complexity.
- Risk of service disruption during system migration.
- Cybersecurity vulnerabilities during transition.
- Contractor performance dependency.
- Ensuring data integrity and security.
Tags
it-services, computer-systems-design, defense, department-of-defense, defense-health-agency, firm-fixed-price, full-and-open-competition, delivery-order, it-transition, medical-it, program-sustainment, program-sunsetting
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $38.9 million to MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC.. TRANSITION-IN OF THE THEATER MEDICAL INFORMATION PROGRAM JOINT SUSTAINMENT AND SUNSETTING INITIATIVE TRANSITION-IN.
Who is the contractor on this award?
The obligated recipient is MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Health Agency).
What is the total obligated amount?
The obligated amount is $38.9 million.
What is the period of performance?
Start: 2023-05-26. End: 2026-11-10.
What is the track record of MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC. with similar large-scale IT transition and sustainment contracts, particularly within the federal government?
MANTECH ADVANCED SYSTEMS INTERNATIONAL, INC. has a history of performing complex IT services for the federal government. While specific details on past contracts of identical scope and scale require deeper investigation into federal procurement databases, the company's designation suggests experience in advanced systems and integration. Assessing their performance on previous projects, including adherence to schedule, budget, and technical specifications, is crucial. Past performance reviews, contract award histories, and any reported disputes or terminations would provide a clearer picture of their capabilities and reliability in managing critical IT initiatives like the TMIP transition.
How does the awarded price of $38.9 million compare to industry benchmarks for similar IT transition and sunsetting services?
A comprehensive comparison of the $38.9 million contract value requires detailed analysis of the specific services rendered, the complexity of the systems involved, and the duration of the contract (approximately 3.5 years). Industry benchmarks for IT system transitions, data migration, and program sunsetting can vary significantly based on factors like the size and criticality of the system, the number of users, and the required security protocols. Benchmarking against similar contracts awarded by the DoD or other federal agencies for healthcare IT modernization or sustainment would provide a more accurate assessment. Without access to detailed cost breakdowns and specific service level agreements, a definitive value-for-money judgment is difficult, but the firm-fixed-price nature offers some cost control.
What are the primary risks associated with the transition-in and sunsetting of the Theater Medical Information Program Joint Sustainment Initiative?
The primary risks associated with this contract involve the technical complexity of migrating data and functionalities from legacy systems to a new or consolidated platform, and the secure and complete decommissioning of the old program. Potential risks include data loss or corruption during migration, system integration failures, cybersecurity vulnerabilities introduced during the transition, and disruption to critical medical information services for military personnel. Furthermore, inadequate planning for the sunsetting phase could lead to lingering operational issues or data access problems. The duration of the contract also presents a risk of scope creep or evolving requirements that may not be adequately captured by the initial firm-fixed-price agreement.
How will the success of this contract be measured, and what are the key performance indicators (KPIs) for the Defense Health Agency?
The success of this contract will likely be measured against specific performance standards outlined in the contract's Statement of Work (SOW) and Performance Work Statement (PWS). Key performance indicators (KPIs) for the Defense Health Agency (DHA) would typically include metrics related to system uptime and availability, data integrity and accuracy, successful migration of all required data sets, timely completion of transition milestones, and the effective and secure sunsetting of the legacy program. User satisfaction surveys among healthcare providers and administrative staff, as well as adherence to cybersecurity protocols and compliance with relevant healthcare regulations (like HIPAA, if applicable), would also be critical measures of success.
What is the historical spending trend for IT services related to medical information systems within the Defense Health Agency?
Historical spending trends for IT services within the Defense Health Agency (DHA) related to medical information systems have generally shown a consistent and significant investment. The DHA manages a vast and complex ecosystem of healthcare IT, including electronic health records (EHRs), medical logistics, and various clinical support systems. Spending in this area has been driven by the need for interoperability, modernization, cybersecurity enhancements, and the adoption of new technologies to support military medicine. Analyzing past budgets and contract awards for similar initiatives, such as the sustainment and evolution of systems like AHLTA or MHS GENESIS, would reveal a pattern of substantial and ongoing expenditure aimed at maintaining and improving the technological backbone of military healthcare.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Systems Design Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: HT003822R0001
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Mantech International Corporation
Address: 2251 CORPORATE PARK DR STE 600, HERNDON, VA, 20171
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $47,251,452
Exercised Options: $46,382,316
Current Obligation: $38,905,993
Subaward Activity
Number of Subawards: 4
Total Subaward Amount: $13,383,118
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: HT003823D0001
IDV Type: IDC
Timeline
Start Date: 2023-05-26
Current End Date: 2026-11-10
Potential End Date: 2028-06-10 00:00:00
Last Modified: 2025-11-19
More Contracts from Mantech Advanced Systems International, Inc.
- Contractor Logistics Sustainment and Support (clss) Services for the Maintenance Repair and Supply Support for Route Clearance Vehicles (RCV), Mine Resistant Ambush Protected (mrap) Vehicles, and the United States Special Operations Command (ussocom) Vehicles (referred to AS the Mrap Family of Vehicles (FOV) of (mrap) Family of Vehicles (FOV) — $965.4M (Department of Defense)
- CLS Services: Iraq, Afghanistan, Kuwait — $960.1M (Department of Defense)
- Logistics' Services — $816.8M (Department of Defense)
- Award of Vehicle Engineering and Maintenance Operations (vemos) Task Order. Igf::ot::igf — $723.7M (General Services Administration)
- Alecs Task Order Award — $722.2M (General Services Administration)
View all Mantech Advanced Systems International, Inc. federal contracts →
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)