FEMA Awards $2.7M for 2.7 Billion Reusable Gowns Amid COVID-19 Emergency
Contract Overview
Contract Amount: $27,375,768 ($27.4M)
Contractor: Milliken & Company
Awarding Agency: Department of Homeland Security
Start Date: 2020-05-02
End Date: 2020-09-29
Contract Duration: 150 days
Daily Burn Rate: $182.5K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: DELIVERY ORDER FOR 2,700,000 MILLION REUSABLE GOWNS IN SUPPORT OF THE NATIONAL EMERGENCY DECLARATION FOR COVID-19.
Place of Performance
Location: WASHINGTON, DISTRICT OF COLUMBIA County, DISTRICT OF COLUMBIA, 20005
Plain-Language Summary
Department of Homeland Security obligated $27.4 million to MILLIKEN & COMPANY for work described as: DELIVERY ORDER FOR 2,700,000 MILLION REUSABLE GOWNS IN SUPPORT OF THE NATIONAL EMERGENCY DECLARATION FOR COVID-19. Key points: 1. Significant volume of gowns procured to address national emergency. 2. Sole-source award raises questions about price discovery and competition. 3. High unit cost may indicate premium pricing due to urgency. 4. Focus on reusable gowns suggests a long-term strategy beyond immediate crisis.
Value Assessment
Rating: questionable
The average unit price of approximately $1.01 per gown appears high for reusable gowns, especially considering the large quantity. Benchmarking against similar large-scale procurements for medical supplies during the pandemic is necessary for a definitive assessment.
Cost Per Unit: $1.01
Competition Analysis
Competition Level: sole-source
This contract was not competed, likely due to the urgent need during the COVID-19 national emergency. The lack of competition limits the government's ability to secure the best possible price and terms.
Taxpayer Impact: The absence of competition may have resulted in higher costs for taxpayers, as the government did not leverage market forces to drive down prices.
Public Impact
Ensured supply of critical personal protective equipment (PPE) during a pandemic. Supported national response efforts by providing essential medical supplies. Potential for long-term cost savings if gowns prove durable and effective. Availability of reusable gowns reduces waste compared to disposable alternatives.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition
- Potentially high unit cost
- Urgency-driven procurement
Positive Signals
- Addresses critical need
- Reusable product
- Large quantity procured
Sector Analysis
Procurement of medical supplies falls under the broader healthcare sector. Spending benchmarks for PPE during emergencies can vary widely based on demand, supply chain disruptions, and urgency. This award is a significant investment in essential medical equipment.
Small Business Impact
There is no indication that small businesses were involved in this specific delivery order. The focus appears to be on a large, established supplier to meet immediate, high-volume demand.
Oversight & Accountability
The award was made under a national emergency declaration, which often involves expedited processes. Oversight would focus on ensuring the gowns meet specifications and that the pricing, while potentially high, was justified by the circumstances.
Related Government Programs
- Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Department of Homeland Security Contracting
- Federal Emergency Management Agency Programs
Risk Flags
- Lack of competitive bidding
- Potentially inflated unit price
- Urgency may have compromised price negotiation
- Limited transparency on pricing justification
- No small business participation noted
Tags
medical-dental-and-hospital-equipment-an, department-of-homeland-security, dc, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $27.4 million to MILLIKEN & COMPANY. DELIVERY ORDER FOR 2,700,000 MILLION REUSABLE GOWNS IN SUPPORT OF THE NATIONAL EMERGENCY DECLARATION FOR COVID-19.
Who is the contractor on this award?
The obligated recipient is MILLIKEN & COMPANY.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (Federal Emergency Management Agency).
What is the total obligated amount?
The obligated amount is $27.4 million.
What is the period of performance?
Start: 2020-05-02. End: 2020-09-29.
What is the expected lifespan and reusability of these gowns, and how does this impact the long-term value proposition compared to disposable alternatives?
The expected lifespan and number of reuses for these gowns are critical factors in determining their true value. If the gowns can withstand numerous wash cycles and maintain their protective integrity, the higher initial per-unit cost could be offset by reduced long-term expenditure and waste. Without this data, a direct comparison to disposable gowns is difficult, but the reusable nature suggests a strategic intent for sustained use beyond the immediate crisis.
Given the sole-source nature of this award, what steps were taken to ensure the price paid was fair and reasonable under emergency conditions?
During emergency procurements, especially sole-source awards, agencies typically rely on historical pricing data, commercial price lists, or independent government cost estimates to establish a fair and reasonable price. Documentation of these efforts is crucial. However, the inherent lack of competition means the government cannot definitively confirm the lowest possible price achievable in a competitive market.
How effectively did this procurement meet the immediate demand for PPE during the COVID-19 national emergency, and what was the impact on overall supply chain resilience?
This procurement likely contributed significantly to meeting the immediate demand for PPE by securing a large quantity of reusable gowns. The impact on supply chain resilience is multifaceted; while it addressed a critical gap, relying on a single source for such a large volume could also highlight potential vulnerabilities. The long-term benefit of reusable gowns could enhance resilience by reducing reliance on continuous disposable production.
Industry Classification
NAICS: Wholesale Trade › Professional and Commercial Equipment and Supplies Merchant Wholesalers › Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 70FB7020Q00000031
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 920 MILLIKEN RD, SPARTANBURG, SC, 29303
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: $27,375,768
Exercised Options: $27,375,768
Current Obligation: $27,375,768
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70FB7020D00000014
IDV Type: IDC
Timeline
Start Date: 2020-05-02
Current End Date: 2020-09-29
Potential End Date: 2020-09-29 00:00:00
Last Modified: 2021-09-10
More Contracts from Milliken & Company
- Fabric — $158.8K (Department of Justice)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)