VA awards $5M for reference lab testing, raising questions about competition and value
Contract Overview
Contract Amount: $5,033,764 ($5.0M)
Contractor: Laboratory Corporation of America
Awarding Agency: Department of Veterans Affairs
Start Date: 2022-10-01
End Date: 2023-09-30
Contract Duration: 364 days
Daily Burn Rate: $13.8K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: REFERENCE LAB TESTING FOR VISN 19
Place of Performance
Location: AURORA, ADAMS County, COLORADO, 80045
State: Colorado Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $5.0 million to LABORATORY CORPORATION OF AMERICA for work described as: REFERENCE LAB TESTING FOR VISN 19 Key points: 1. The contract was awarded on a non-competitive basis, limiting price discovery. 2. The fixed-price contract type suggests some cost certainty for the government. 3. The duration of the contract is one year, allowing for periodic re-evaluation. 4. The specific services are for reference laboratory testing, a critical healthcare function. 5. The awardee, Laboratory Corporation of America, is a major player in the lab testing market. 6. The contract falls under the Medical Laboratories NAICS code.
Value Assessment
Rating: questionable
Benchmarking the value of this contract is challenging due to the lack of competitive bidding. The $5.03 million award for one year of reference laboratory testing needs comparison against similar sole-source or limited-competition contracts for similar services. Without competing the requirement, it's difficult to ascertain if the pricing reflects fair market value or if potential savings were missed. The fixed-price nature provides some predictability, but the absence of competition is a primary concern for value assessment.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed under the Simplified Acquisition Procedures (SAP) and was awarded as a sole-source BPA call. This means that only one vendor, Laboratory Corporation of America, was solicited for this requirement. The lack of competition limits the government's ability to explore alternative vendors or negotiate more favorable terms based on market dynamics. It suggests that either the requirement was specifically tailored to this vendor or that other factors led to a sole-source justification.
Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. This limits the government's leverage in securing the best possible value for public funds.
Public Impact
Veterans within VISN 19 will benefit from access to essential reference laboratory testing services. The contract ensures the continuity of critical diagnostic and analytical services for healthcare providers. The geographic impact is focused on VISN 19, which serves a large region. The contract supports the operational needs of the Department of Veterans Affairs healthcare system.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpayment and missed opportunities for cost savings.
- Sole-source awards can create vendor lock-in and reduce future contracting flexibility.
- The specific justification for the sole-source award needs further scrutiny to ensure it was appropriate.
Positive Signals
- The contract is a firm-fixed-price type, providing cost certainty for the government.
- The awardee is a well-established provider of laboratory services, suggesting a degree of reliability.
- The contract addresses a critical healthcare need for veterans.
Sector Analysis
The healthcare sector, particularly clinical laboratory services, is a significant area of federal spending. The NAICS code 621511 (Medical Laboratories) encompasses a broad range of diagnostic testing services. Federal agencies, especially the Department of Veterans Affairs, rely heavily on these services to support patient care. The market for laboratory testing is competitive, with numerous large and small providers. However, specific reference testing or specialized services can sometimes lead to limited or sole-source procurements if only a few entities possess the required capabilities or certifications.
Small Business Impact
This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. Furthermore, the awardee, Laboratory Corporation of America, is a large corporation, suggesting that subcontracting opportunities for small businesses may be limited unless specifically mandated or pursued by the prime contractor. The absence of a small business focus in this sole-source award means direct benefits to the small business ecosystem are unlikely.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Veterans Affairs' contracting officers and program managers. The contract's fixed-price nature and defined period of performance provide some level of accountability. Transparency regarding the sole-source justification and the specific performance metrics would be key areas for oversight. The VA's Office of Inspector General could investigate if any improprieties are suspected.
Related Government Programs
- VA Laboratory Services Contracts
- Federal Healthcare Procurement
- Medical Diagnostic Testing Services
- Sole-Source Healthcare Awards
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for inflated pricing due to lack of competition.
- Risk of service disruption if the sole provider faces issues.
- Limited transparency on specific performance metrics.
Tags
healthcare, medical-laboratories, department-of-veterans-affairs, va, bpa-call, sole-source, firm-fixed-price, laboratory-corporation-of-america, visn-19, medical-services, reference-testing
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $5.0 million to LABORATORY CORPORATION OF AMERICA. REFERENCE LAB TESTING FOR VISN 19
Who is the contractor on this award?
The obligated recipient is LABORATORY CORPORATION OF AMERICA.
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 $5.0 million.
What is the period of performance?
Start: 2022-10-01. End: 2023-09-30.
What was the specific justification for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' and awarded as a 'BPA CALL'. While the specific justification is not detailed in the provided snippet, common reasons for sole-source awards in healthcare include unique capabilities, urgent needs where competition is impractical, or when a specific vendor is the only responsible source capable of meeting the requirement. For reference laboratory testing, this could stem from specialized equipment, proprietary methodologies, or existing integrated systems within the VA network that make switching vendors prohibitively complex or disruptive. A thorough review of the contract file and justification documentation would be necessary to confirm the precise rationale.
How does the $5.03 million award compare to historical spending for similar reference lab testing services by VISN 19 or the VA?
Without historical spending data for VISN 19's reference lab testing, a direct comparison is not possible from the provided information. However, the $5.03 million for a one-year contract suggests a significant volume or complexity of testing. To assess value, one would need to analyze prior contracts for similar services, potentially looking at other VISNs or national-level VA contracts for reference lab testing. Benchmarking against the average cost per test or per patient for reference lab services, adjusted for inflation and service scope, would also be crucial. The absence of competition makes this comparison even more critical to ensure fair pricing.
What are the key performance indicators (KPIs) or service level agreements (SLAs) associated with this contract?
The provided data does not specify the Key Performance Indicators (KPIs) or Service Level Agreements (SLAs) for this contract. Typically, for reference laboratory testing, KPIs would focus on turnaround times for test results, accuracy rates, specimen integrity, reporting timeliness, and potentially customer satisfaction metrics from the VA medical facilities. SLAs would define the acceptable thresholds for these KPIs and may include provisions for remedies or penalties if performance falls short. These details are usually found within the contract's statement of work (SOW) or performance work statement (PWS).
What is Laboratory Corporation of America's track record with the Department of Veterans Affairs?
Laboratory Corporation of America (Labcorp) is a major national provider of laboratory services and likely has a significant track record with the Department of Veterans Affairs (VA) and other federal agencies. While this specific data snippet doesn't detail their entire history with the VA, their presence as a large, established entity suggests they have likely held numerous contracts for various laboratory services over the years. Their performance on past contracts, including adherence to timelines, quality of service, and billing accuracy, would be crucial factors in the VA's decision-making process, especially in sole-source or limited-competition scenarios.
Are there any specific risks associated with relying on a single provider for reference laboratory testing?
Yes, there are several risks associated with relying on a single provider for reference laboratory testing, particularly in a sole-source context. These include: 1) **Price Escalation:** Without competition, the vendor may increase prices over time, knowing the government has limited alternatives. 2) **Service Degradation:** The vendor might reduce service quality or responsiveness, assuming the government cannot easily switch providers. 3) **Disruption of Services:** If the vendor experiences operational issues (e.g., financial trouble, labor disputes, system failures), it could lead to a critical disruption in essential healthcare services for veterans. 4) **Limited Innovation:** A sole provider may have less incentive to adopt new technologies or improve processes compared to a competitive market. 5) **Vendor Lock-in:** The government becomes dependent on the vendor's systems and processes, making future transitions potentially costly and complex.
Industry Classification
NAICS: Health Care and Social Assistance › Medical and Diagnostic Laboratories › Medical Laboratories
Product/Service Code: MEDICAL SERVICES › LABORATORY TESTING SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Bode Cellmark Forensics Inc.
Address: 531 S SPRING ST, BURLINGTON, NC, 27215
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,033,764
Exercised Options: $5,033,764
Current Obligation: $5,033,764
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36C25922A0002
IDV Type: BPA
Timeline
Start Date: 2022-10-01
Current End Date: 2023-09-30
Potential End Date: 2023-09-30 00:00:00
Last Modified: 2026-03-11
More Contracts from Laboratory Corporation of America
- Serology Testing Services — $45.6M (Department of Health and Human Services)
- Covid-19 LAB Testing — $32.3M (Department of Health and Human Services)
- Sars-Cov-2 Spheres Baseline Genomic Sequencing — $27.9M (Department of Health and Human Services)
- Reference LAB Testing for Visn 19 — $5.5M (Department of Veterans Affairs)
- Reference Laboratory Testing Option Extension Funding — $5.0M (Department of Veterans Affairs)
View all Laboratory Corporation of America federal contracts →
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.)