Award Notice for MACPAC Survey Data Analysis Task Order Contract for Fiscal Years 2026–2035
ID: 202502Type: Special Notice
Overview

Buyer

MEDICAID AND CHIP PAYMENT AND ACCESS COMMISSIONMEDICAID AND CHIP PAYMENT AND ACCESS COMMISSIONRESEARCH AND GRANTSWashington, DC, 20036, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SOCIAL- GOVERNMENT HEALTH INSURANCE PROGRAMS (G007)
Timeline
    Description

    The Medicaid and CHIP Payment and Access Commission (MACPAC) has awarded an Indefinite Delivery Indefinite Quantity (IDIQ) contract for survey data analysis to the State Health Access Data Assistance Center (SHADAC) at the University of Minnesota. This contract, which spans fiscal years 2026 to 2035, aims to support MACPAC in its advisory role to Congress regarding Medicaid and CHIP policy. The awarded services are critical for providing data-driven insights that inform legislative decisions affecting health insurance programs. For further inquiries, interested parties can contact Katherine Rogers at contracts@macpac.gov or by phone at 202-350-2000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Medicaid and CHIP Payment and Access Commission (MACPAC) has awarded an Indefinite Delivery Indefinite Quantity (IDIQ) contract for survey data analysis to the State Health Access Data Assistance Center (SHADAC) at the University of Minnesota. This award, announced on November 20, 2025, follows a solicitation posted on SAM on May 7, 2025, under Notice ID 202502. The contract covers fiscal years 2026–2035 and aims to support MACPAC, a nonpartisan legislative branch agency, in its role of advising Congress on Medicaid and CHIP policy.
    The Medicaid and CHIP Payment and Access Commission (MACPAC) is planning to issue a request for proposals (RFP) for a task order contract focused on survey data analysis from fiscal years 2026 to 2035. The procurement seeks contractors proficient in health care survey data, survey design, and quantitative analysis to fulfill MACPAC’s statutory responsibilities. The process is a full and open competition, with the intention to award a single contract. The contract period spans from October 1, 2025, to September 30, 2035, and is categorized under the NAICS code 541720. The full RFP is set to be released on May 7, 2025. Interested parties are encouraged to direct any inquiries to MACPAC’s contracting email.
    The Medicaid and CHIP Payment and Access Commission (MACPAC) has prepared a Past Performance Questionnaire as part of the evaluation process for offerors responding to solicitation no. 202502 for the “MACPAC Survey Data Analysis Task Order Contract for Fiscal Years 2026–2035.” The questionnaire aims to assess the technical performance, management approaches, and scheduling adherence of potential contractors. Evaluators, such as contracting officers or project managers, are required to rate offeror performance across various criteria, including technical quality, project management effectiveness, and communication skills, using specific performance rating definitions. Past performance ratings range from "Exceptional" to "Unsatisfactory" and must be justified with comments. The completed questionnaire must be submitted confidentially by June 6, 2025, through specified channels. The information gathered will inform MACPAC's decision-making process regarding contractor selection, emphasizing the importance of past performance in federal contracting evaluations.
    The document outlines the Standard Terms and Conditions (STCs) for contracts administered by the Medicaid and CHIP Payment and Access Commission (MACPAC) applicable to universities and other non-university contractors. Key areas include payment terms, notice regarding late delivery, and handling of excusable delays such as natural disasters. It emphasizes the contractor's liability for defaults and outlines the inspection and acceptance process, wherein MACPAC reserves the right to inspect deliverables and request corrections at no additional cost. The sections on confidentiality, rights in data, and the publication of research results are crucial, highlighting MACPAC's ownership of data produced and restricting contractors from using or publishing results without approval. Termination clauses allow MACPAC to terminate contracts for default or convenience, specifying procedures for completion of work and final payments. The document also covers the use of artificial intelligence, requiring notification to MACPAC when such systems are employed, alongside stipulations regarding compliance with legal standards and the absence of conflicts of interest. The STCs reflect MACPAC's regulatory framework necessary for the secure and proper execution of governmental contracts.
    The MACPAC document outlines a Request for Proposal (RFP) to hire a contractor for computing and data analysis services related to the Medicaid and CHIP Payment and Access Commission (MACPAC). The contractor will utilize various nationally representative survey data to analyze Medicaid-related policies and provide insights into health demographics, access to care, and service utilization comparisons among different insurance populations. The contract will involve tasks such as data acquisition, statistical analysis, documentation of processes, and delivery of analytical outputs. The contractor must demonstrate capacity for quick project turnarounds and possess expertise in statistical programming with tools like SAS and STATA. The contract will span from October 1, 2025, to September 30, 2035, with an indefinite quantity of task orders expected. Proposals require technical and business management sections, a mock analysis, and qualifications of involved personnel. Evaluation criteria will focus on technical expertise, staffing adequacy, management plans, and past performance in similar contracts. This procurement process highlights the government's commitment to rigorous data analysis to inform Medicaid policy and ensure effective service delivery to beneficiaries.
    The document is a Q&A related to a federal RFP by MACPAC (Medicaid and CHIP Payment and Access Commission) for survey data analysis on a task order basis. It clarifies requirements for proposals, task order budgets, and project management expectations. Key aspects include that the mock task budget should be included in the technical proposal, while data acquisition costs can be part of task order budgets. MACPAC plans to award a single contract and anticipates funding around seven task orders annually, averaging $39,000 each. The document defines "quick turnaround" as typically one to two weeks and outlines the lack of expected extensive use of PHI or PII data, given reliance on publicly available datasets. It also specifies eligibility criteria for contractors, stating that past performance questionnaires are necessary but can be replaced with other evaluations upon discussion with MACPAC. The contract requires FedRAMP Moderate certification for handling protected data, and while there are no specific staffing citizenship requirements, compliance with U.S. laws is expected. The summary highlights MACPAC's detailed guidance on proposal structure, technical and business proposal requirements, and evaluation criteria as part of their approach to ensure clarity and competitiveness in the procurement process.
    Similar Opportunities
    Maintenance of the Groupers
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), intends to award a sole source contract to Solventum Health Information Systems Inc. for the maintenance and enhancement of critical healthcare payment systems, including the Medicare Severity Diagnosis Related Group (MS-DRG) and Medicare Code Editor (MCE). This contract is essential for ensuring accurate Medicare claims processing and compliance with legislative mandates, leveraging Solventum's unique expertise developed over nearly two decades of service to CMS. The contract will consist of a 12-month base period with four additional 12-month option years, and interested parties may submit capability statements demonstrating relevant qualifications by January 5, 2026, to the primary contact, Rachel Johnson, at rachel.johnson@cms.hhs.gov.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    JOFOC - Training, Quality Assurance and Content Development (TQC) Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), has awarded a Bridge Contract for Training, Quality Assurance, and Content Development (TQC) services to HighPoint Digital, Inc. This contract is essential to ensure the continuity of critical support services for customer service representatives (CSRs) addressing Medicare and Marketplace inquiries during the transition to a new contract, which is expected to take approximately six months. The TQC services are vital for maintaining the accuracy and consistency of training and content materials used by CSRs. The Bridge Contract commenced on January 31, 2023, with a six-month base period and options for two additional periods of four and two months. For further inquiries, interested parties can contact Ryan Kaufman at ryan.kaufman1@cms.hhs.gov or Deborah S. Lester at deborah.lester@cms.hhs.gov.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    National Immunization Survey - Child Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a bridge contract for the National Immunization Survey covering the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to continue essential data collection and analysis related to immunization rates among children, which is critical for public health monitoring and policy-making. The contract was issued under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the justification for this non-competitive award will be available for review for 30 days following the award date. For further inquiries, interested parties can contact Joshua Houston at pkf5@cdc.gov.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    Notice of Intent to Sole Source - Data Management Services (MCC Evidence Platform)
    Millennium Challenge Corporation
    The Millennium Challenge Corporation (MCC) intends to solicit and negotiate a sole-source contract for Data Management Services related to the MCC Evidence Platform, specifically with the existing vendor, ICPSR. The procurement aims to ensure continuity and efficiency in managing the platform, as transitioning to a new vendor would incur significant costs and delays due to the complexities involved in redesigning and migrating data, as well as necessary IT security assessments and staff training. Interested parties may submit a capability statement or quotation within 14 days of this notice, with responses due by 12:00 PM ET on December 22, 2025, directed to Walter Pemberton and Jacqueline Naranjo via email, as phone inquiries will not be accepted.
    Risk Management Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking a contractor to provide risk management support aimed at identifying and mitigating risks associated with CMS programs and initiatives. The contractor will be responsible for addressing issues related to fraud, waste, and abuse, as well as proposing effective mitigation strategies to preserve the integrity of the Center for Medicare & Medicaid Innovation models and CMS programs. This opportunity underscores the importance of maintaining robust oversight and risk management within federal healthcare initiatives. Interested parties can reach out to Jennifer Kuhn at jennifer.kuhn@cms.hhs.gov or by phone at 410-786-2299 for further details regarding this procurement.