DOI Spends $352K on HPLC Maintenance for U.S. Fish and Wildlife Service
Contract Overview
Contract Amount: $35,205 ($35.2K)
Contractor: Waters Technologies Corporation
Awarding Agency: Department of the Interior
Start Date: 2022-06-08
End Date: 2026-05-31
Contract Duration: 1,453 days
Daily Burn Rate: $24/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: MI-MARQUETTE BIO STN-HPLC MAINTENANCE
Place of Performance
Location: MARQUETTE, MARQUETTE County, MICHIGAN, 49855
State: Michigan Government Spending
Plain-Language Summary
Department of the Interior obligated $35,205.18 to WATERS TECHNOLOGIES CORPORATION for work described as: MI-MARQUETTE BIO STN-HPLC MAINTENANCE Key points: 1. The contract is for HPLC maintenance, a critical component for laboratory analysis. 2. Waters Technologies Corporation is the sole provider, raising potential competition concerns. 3. The fixed-price contract type helps mitigate cost overrun risks. 4. This spending falls within the Analytical Laboratory Instrument Manufacturing sector.
Value Assessment
Rating: fair
The $352,055.18 price for a 4-year HPLC maintenance contract appears reasonable given the specialized nature of the equipment and the sole-source provider. Benchmarking against similar high-end analytical instrument maintenance contracts would be necessary for a definitive assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, likely due to the proprietary nature of Waters' HPLC systems, limiting competition. The lack of competition may have resulted in a higher price than if multiple vendors had bid.
Taxpayer Impact: Taxpayers may be paying a premium due to the sole-source nature of this contract, as competitive pricing mechanisms were not utilized.
Public Impact
Ensures continued operation of vital analytical equipment for environmental monitoring and research. Supports the U.S. Fish and Wildlife Service's mission in scientific data collection. Potential for increased costs due to lack of competitive bidding.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source procurement limits price competition.
- Long contract duration (4 years) could lock in potentially inflated prices.
- No indication of small business participation.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Essential service for agency operations.
Sector Analysis
Spending on analytical laboratory instruments and maintenance supports scientific research and environmental monitoring. Benchmarks for similar maintenance contracts vary widely based on instrument complexity and vendor.
Small Business Impact
There is no indication that small businesses were involved in this procurement. The contract was awarded to a large corporation, Waters Technologies Corporation.
Oversight & Accountability
The contract was awarded via a purchase order without competition. Further oversight is needed to understand the justification for the sole-source award and ensure fair pricing.
Related Government Programs
- Analytical Laboratory Instrument Manufacturing
- Department of the Interior Contracting
- U.S. Fish and Wildlife Service Programs
Risk Flags
- Sole-source award lacks competitive pricing.
- Potential for overpayment due to lack of competition.
- Long-term contract may not reflect evolving market prices.
- No small business participation identified.
Tags
analytical-laboratory-instrument-manufac, department-of-the-interior, mi, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $35,205.18 to WATERS TECHNOLOGIES CORPORATION. MI-MARQUETTE BIO STN-HPLC MAINTENANCE
Who is the contractor on this award?
The obligated recipient is WATERS TECHNOLOGIES CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of the Interior (U.S. Fish and Wildlife Service).
What is the total obligated amount?
The obligated amount is $35,205.18.
What is the period of performance?
Start: 2022-06-08. End: 2026-05-31.
What is the justification for the sole-source award, and has the agency explored alternative maintenance solutions or potential for future competition?
The justification for the sole-source award is not detailed in the provided data. Typically, sole-source awards for specialized equipment maintenance are based on proprietary technology or unique vendor capabilities. The agency should have documented efforts to explore alternative solutions or plan for future competitive procurements to ensure long-term cost-effectiveness and mitigate risks associated with single-vendor reliance.
How does the per-unit cost of this maintenance contract compare to industry benchmarks for similar HPLC systems, considering the sole-source nature?
Without specific details on the HPLC model and its features, a precise per-unit cost benchmark is difficult. However, sole-source contracts often command a premium. A thorough review would involve comparing the total contract value against the number of instruments maintained and the duration, factoring in the typical service level agreements and market rates for comparable, albeit potentially competed, maintenance contracts.
What is the potential impact on the U.S. Fish and Wildlife Service's budget if the pricing is indeed inflated due to the lack of competition?
If the pricing is inflated due to the sole-source award, the U.S. Fish and Wildlife Service's budget could be negatively impacted through inefficient use of funds. This could lead to reduced capacity for other critical scientific research, conservation efforts, or operational needs. Over the four-year duration, even a modest price premium per year can accumulate into a significant financial drain on taxpayer resources.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Analytical Laboratory Instrument Manufacturing
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 34 MAPLE ST, MILFORD, MA, 01757
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $44,676
Exercised Options: $35,205
Current Obligation: $35,205
Actual Outlays: $30,608
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2022-06-08
Current End Date: 2026-05-31
Potential End Date: 2027-05-31 00:00:00
Last Modified: 2026-04-06
More Contracts from Waters Technologies Corporation
- Chromatography Data System for Ompslo Slep (various Sites) — $2.1M (Department of Health and Human Services)
- Service Maintenance Igf::cl::igf — $1.0M (Department of Health and Human Services)
- Waters G2-XS Quadrupole Time of Flight MS System [20-008841] — $455.5K (Department of Health and Human Services)
- Waters Technologies Flexchoice Service Agreement - Base W/4 Option Years — $221.9K (Department of Veterans Affairs)
- Waters Laboratory Equipment Maintenance (LEM), Region 7, Science and Technology Center, Kansas City, Kansas — $84.1K (Environmental Protection Agency)
View all Waters Technologies Corporation federal contracts →
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)