VA awards $37M for automated blood culture testing, with limited competition
Contract Overview
Contract Amount: $37,042 ($37.0K)
Contractor: Biomerieux Inc
Awarding Agency: Department of Veterans Affairs
Start Date: 2025-06-04
End Date: 2025-12-02
Contract Duration: 181 days
Daily Burn Rate: $205/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: AUTOMATED BLOOD CULTURE TESTING
Place of Performance
Location: SALT LAKE CITY, SALT LAKE County, UTAH, 84108
State: Utah Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $37,042.4 to BIOMERIEUX INC for work described as: AUTOMATED BLOOD CULTURE TESTING Key points: 1. The contract value of $37 million represents a significant investment in diagnostic capabilities. 2. Limited competition raises questions about potential price overruns and the best value achieved. 3. The short performance period of 181 days suggests a need for immediate deployment or a bridge to a larger contract. 4. Focus on in-vitro diagnostic substances highlights a critical area within healthcare technology. 5. The contract's sole reliance on a single vendor may impact future market dynamics for this specific technology.
Value Assessment
Rating: fair
Benchmarking the value for this specific automated blood culture testing system is challenging without direct comparisons to similar sole-source or limited-competition awards. The firm-fixed-price structure provides some cost certainty, but the absence of robust competition means the VA may not have secured the most economically advantageous terms. Further analysis would require understanding the market for these systems and the justification for the limited competition.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, indicating that only one vendor, BIOMERIEUX INC, was considered capable of meeting the requirement. The justification for this approach needs to be thoroughly reviewed to ensure it aligns with federal procurement regulations and that alternatives were genuinely not feasible. The lack of competition limits the government's ability to leverage market forces to drive down costs.
Taxpayer Impact: Sole-source awards can lead to higher prices for taxpayers as there is no competitive pressure to offer the lowest possible cost. This limits the government's negotiating power and potentially reduces the overall value for money.
Public Impact
Veterans will benefit from potentially faster and more accurate blood culture testing, leading to improved diagnoses and treatment. The contract supports the delivery of critical in-vitro diagnostic substances essential for laboratory operations within the VA. The geographic impact is primarily within Utah, where the delivery order is being fulfilled. This contract supports specialized roles within the healthcare and laboratory technology workforce.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price discovery and potential cost savings for taxpayers.
- Lack of competition may reduce incentives for the contractor to innovate or offer superior service.
- Dependence on a single vendor could create supply chain risks if the contractor faces production or delivery issues.
Positive Signals
- Addresses a critical need for automated blood culture testing within the VA.
- Firm-fixed-price contract provides cost predictability for the awarded amount.
- Ensures continued access to essential diagnostic capabilities for patient care.
Sector Analysis
The market for automated blood culture testing systems is a specialized segment within the broader in-vitro diagnostics (IVD) industry. This sector is characterized by high technological barriers to entry and significant research and development investment. Major players often dominate specific niches due to proprietary technology and established clinical validation. The VA's spending in this area aligns with a broader federal trend towards modernizing laboratory diagnostics to improve patient outcomes and operational efficiency.
Small Business Impact
This contract does not appear to include a small business set-aside. Given the sole-source nature of the award, opportunities for small business subcontracting are likely limited unless BIOMERIEUX INC has existing partnerships with small businesses for components or services related to this system. Further investigation into subcontracting plans would be necessary to assess the impact on the small business ecosystem.
Oversight & Accountability
Oversight for this contract will be managed by the Department of Veterans Affairs. Accountability measures are embedded within the firm-fixed-price contract terms, requiring the contractor to deliver specified goods and services by the end date. Transparency is dependent on the VA's public reporting of contract actions and any associated justifications for the sole-source award. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.
Related Government Programs
- Medical Laboratory Equipment
- In-Vitro Diagnostic Substances
- Clinical Laboratory Services
- Veterans Health Administration Procurement
Risk Flags
- Sole-source award
- Limited competition
- Potential for price escalation
- Vendor dependency
Tags
healthcare, department-of-veterans-affairs, utah, delivery-order, firm-fixed-price, sole-source, in-vitro-diagnostic-substance-manufacturing, automated-blood-culture-testing, diagnostic-equipment
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $37,042.4 to BIOMERIEUX INC. AUTOMATED BLOOD CULTURE TESTING
Who is the contractor on this award?
The obligated recipient is BIOMERIEUX INC.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $37,042.4.
What is the period of performance?
Start: 2025-06-04. End: 2025-12-02.
What is the historical spending by the VA on automated blood culture testing systems from BIOMERIEUX INC?
Analyzing historical spending data for automated blood culture testing systems from BIOMERIEUX INC by the Department of Veterans Affairs (VA) is crucial for understanding the long-term investment in this technology. Without access to specific historical contract databases, it's difficult to provide exact figures. However, the current award of $37 million suggests a significant, potentially recurring need. If previous awards were also sole-source or limited competition, it could indicate a pattern of reliance on this vendor. A comprehensive review would involve searching federal procurement databases (like FPDS or USASpending) for all contracts awarded to BIOMERIEUX INC under relevant product service codes (PSCs) and North American Industry Classification System (NAICS) codes related to diagnostic equipment and substances over the past 5-10 years. This would reveal trends in spending, contract durations, and whether the VA has explored competitive procurements for similar systems in the past.
How does the per-unit cost of this automated blood culture testing system compare to market rates or similar contracts?
Determining the per-unit cost benchmark for this automated blood culture testing system is challenging due to the sole-source nature of the award and the lack of publicly available pricing details. Typically, a firm-fixed-price contract for a system like this would involve a base price for the equipment and potentially recurring costs for reagents, maintenance, or software licenses. Without knowing the exact quantity of systems or associated consumables included in the $37 million award, a precise per-unit cost cannot be calculated. To benchmark effectively, one would need to compare this award to similar sole-source contracts for comparable systems, if any exist, or to publicly released pricing from competitive bids for similar technologies. Industry reports or market research on diagnostic equipment pricing could also provide a general sense of market rates, but direct comparison is ideal for accurate assessment.
What is the justification for the sole-source award, and were alternative solutions considered?
The justification for a sole-source award typically stems from unique capabilities, proprietary technology, or specific compatibility requirements that only one vendor can meet. For automated blood culture testing systems, this could involve specialized software integration with existing VA laboratory information systems, unique diagnostic algorithms, or established clinical validation protocols that are difficult or impossible to replicate with other systems. Federal Acquisition Regulation (FAR) Part 6 outlines the conditions under which sole-source procurements are permissible. The VA would be required to document this justification, often through a Justification and Approval (J&A) document, which should detail why full and open competition is not feasible or not in the government's best interest. This document should also demonstrate that reasonable efforts were made to consider alternative solutions, even if they were ultimately deemed unsuitable.
What are the potential risks associated with relying on a single vendor for critical diagnostic equipment?
Relying on a single vendor for critical diagnostic equipment like automated blood culture testing systems introduces several potential risks. Firstly, there's a risk of vendor lock-in, where the government becomes heavily dependent on one supplier, potentially leading to escalating prices over time due to a lack of competitive pressure. Secondly, supply chain disruptions are a significant concern; if the sole-source contractor experiences manufacturing issues, logistical problems, or financial instability, it could lead to shortages of essential equipment or consumables, impacting patient care. Thirdly, the absence of competition can stifle innovation, as the vendor may have less incentive to invest in improving their technology or service offerings. Finally, the government loses leverage in negotiations, potentially resulting in less favorable contract terms and conditions compared to a competitive environment.
How does this contract align with the VA's overall strategy for laboratory modernization and diagnostic capabilities?
This contract for automated blood culture testing systems aligns with the Department of Veterans Affairs' broader strategy to modernize its laboratory and diagnostic capabilities. Investments in automated systems are typically aimed at increasing throughput, improving accuracy, reducing turnaround times for critical tests, and enhancing patient safety. By adopting advanced technologies, the VA seeks to provide more efficient and effective healthcare services to veterans. This specific award suggests a focus on improving the detection of bloodstream infections, a critical area in patient care that requires rapid and reliable diagnostics. Such procurements are often part of a larger initiative to standardize diagnostic platforms across VA facilities, ensuring consistent quality of care and potentially optimizing resource utilization.
Industry Classification
NAICS: Manufacturing › Pharmaceutical and Medicine Manufacturing › In-Vitro Diagnostic Substance Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 515 S COLOROW DR, SALT LAKE CITY, UT, 84108
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $37,042
Exercised Options: $37,042
Current Obligation: $37,042
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C24625D0019
IDV Type: IDC
Timeline
Start Date: 2025-06-04
Current End Date: 2025-12-02
Potential End Date: 2025-12-02 00:00:00
Last Modified: 2026-04-02
More Contracts from Biomerieux Inc
- Biofire Reagents and Warranties — $13.2M (Department of Veterans Affairs)
- Biofire Torch System and Reagents for Visn 15 - Option ONE — $3.0M (Department of Veterans Affairs)
- Molecular Pathogen Detection — $2.5M (Department of Veterans Affairs)
- Molecular Pathogen Detection - Miami Vamc — $705.4K (Department of Veterans Affairs)
- Susceptibility BPA Visn 15 IS Modified to Exercise Option Period 4 — $498.4K (Department of Veterans Affairs)
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)