HHS awards $257M for OTC COVID-19 tests, with Abbott Rapid DX North America LLC as the sole provider
Contract Overview
Contract Amount: $257,060,695 ($257.1M)
Contractor: Abbott Rapid DX North America LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2022-12-07
End Date: 2023-03-30
Contract Duration: 113 days
Daily Burn Rate: $2.3M/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: THE PURPOSE OF THIS CONTRACT IS TO PROCURE OVER THE COUNTER (OTC) COVID-19 TESTS.
Place of Performance
Location: ORLANDO, ORANGE County, FLORIDA, 32810
State: Florida Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $257.1 million to ABBOTT RAPID DX NORTH AMERICA LLC for work described as: THE PURPOSE OF THIS CONTRACT IS TO PROCURE OVER THE COUNTER (OTC) COVID-19 TESTS. Key points: 1. Contract awarded for over-the-counter (OTC) COVID-19 tests. 2. Significant investment in public health preparedness for pandemic response. 3. Sole provider raises questions about competition and potential price impacts. 4. Contract duration of 113 days suggests a focused, short-term need. 5. Fixed-price contract offers cost certainty for the government. 6. Geographic focus on Florida (st) for distribution or operations.
Value Assessment
Rating: questionable
The contract value of $257 million for a 113-day period for OTC COVID-19 tests appears substantial. Without specific unit cost data or comparable contracts for similar quantities and types of tests, it is difficult to benchmark the value for money. The lack of competition, as detailed below, further complicates a precise value assessment, as it removes a key mechanism for price discovery and potentially inflates costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning no other vendors were solicited or considered. This approach is typically justified when only one vendor can provide the required goods or services, or in emergency situations. The absence of competition means that the government did not benefit from potential price reductions or innovative solutions that might have emerged from a competitive bidding process.
Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive pressure. Without multiple bids, there is less assurance that the price reflects the lowest possible cost for these essential public health supplies.
Public Impact
The primary beneficiaries are the public, who gain access to essential COVID-19 testing supplies. Services delivered include the procurement and likely distribution of over-the-counter COVID-19 tests. Geographic impact is noted as Florida, suggesting a concentration of operations or distribution within the state. Workforce implications are not explicitly detailed but could involve logistics, distribution, and quality control personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pricing and innovation.
- Lack of transparency in the justification for sole-source procurement.
- Potential for overpayment due to absence of market competition.
- Short contract duration may indicate urgent need or a stop-gap measure, raising questions about long-term strategy.
Positive Signals
- Ensures immediate availability of critical public health supplies.
- Firm fixed-price contract provides budget certainty.
- Focus on OTC tests supports widespread public access and self-testing.
Sector Analysis
The procurement of over-the-counter (OTC) COVID-19 tests falls within the broader healthcare and life sciences sector, specifically in the area of diagnostics and medical supplies. This market is characterized by significant research and development, stringent regulatory requirements (e.g., FDA approval), and a mix of large established players and smaller specialized firms. Government contracts in this space often relate to public health emergencies, strategic national stockpiles, or widespread distribution initiatives. Benchmarking this spending would require comparing it to other large-scale government procurements of diagnostic tests or similar medical supplies during public health crises.
Small Business Impact
This contract does not appear to involve a small business set-aside, as indicated by 'sb': false. Furthermore, the sole-source nature of the award suggests that subcontracting opportunities for small businesses may be limited unless Abbott Rapid DX North America LLC voluntarily engages them. The absence of a set-aside or specific subcontracting goals means that the direct impact on the small business ecosystem for this particular procurement is likely minimal.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of Health and Human Services (HHS), specifically the Office of Assistant Secretary for Preparedness and Response (ASPR). As a definitive contract, it is subject to standard federal procurement regulations and oversight. Transparency regarding the justification for the sole-source award and the performance metrics would be key areas for oversight. Inspector General jurisdiction would apply to any allegations of fraud, waste, or abuse related to the contract.
Related Government Programs
- COVID-19 Testing Procurement
- Public Health Emergency Response
- Diagnostic Test Supply Chain
- Medical Supplies Contracts
- HHS Procurement
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for inflated costs due to lack of competition.
- Limited transparency on contract specifics and performance metrics.
- Short contract duration raises questions about long-term supply strategy.
Tags
healthcare, hhs, aspr, diagnostic-tests, covid-19, sole-source, definitive-contract, firm-fixed-price, medical-supplies, public-health, florida, abbott-rapid-dx-north-america-llc
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $257.1 million to ABBOTT RAPID DX NORTH AMERICA LLC. THE PURPOSE OF THIS CONTRACT IS TO PROCURE OVER THE COUNTER (OTC) COVID-19 TESTS.
Who is the contractor on this award?
The obligated recipient is ABBOTT RAPID DX NORTH AMERICA LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Office of Assistant Secretary for Preparedness and Response).
What is the total obligated amount?
The obligated amount is $257.1 million.
What is the period of performance?
Start: 2022-12-07. End: 2023-03-30.
What is the specific justification provided by HHS for awarding this contract on a sole-source basis to Abbott Rapid DX North America LLC?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source procurements are justified under specific circumstances outlined in the Federal Acquisition Regulation (FAR), such as when only one responsible source is available or when there is a compelling urgency that precludes full and open competition. For a contract of this magnitude and importance, a detailed justification document would normally be required, outlining why other qualified vendors could not be considered. Without this document, it is difficult to assess the validity of the sole-source determination and whether it was truly in the government's best interest beyond immediate availability.
How does the unit cost of these OTC COVID-19 tests compare to market rates or other government procurements?
The provided data does not include the unit cost of the OTC COVID-19 tests, only the total contract value ($257,060,695.20) and duration (113 days). To perform a unit cost comparison, we would need to know the total number of tests procured under this contract. Without this quantity, calculating a per-unit cost is impossible. Furthermore, comparing this to market rates or other government procurements would require access to similar contract data, including quantities, test types, and pricing, which is not available in the provided snippet. The lack of competition also makes direct price benchmarking challenging.
What are the performance metrics and quality control measures associated with these OTC COVID-19 tests?
The provided data snippet does not detail the specific performance metrics or quality control measures for the OTC COVID-19 tests procured under this contract. It is standard practice for government contracts, especially for medical supplies, to include stringent performance requirements, such as accuracy rates, sensitivity, specificity, shelf-life, and packaging standards. Quality control mechanisms would typically involve testing protocols, manufacturing standards adherence, and potentially post-delivery inspections. Information on these aspects would usually be found in the contract's statement of work (SOW) or performance work statement (PWS).
What is the expected impact of this procurement on the national availability and distribution of COVID-19 tests?
This contract represents a significant procurement of $257 million for OTC COVID-19 tests, indicating a substantial effort to bolster the national supply. The short duration (113 days) suggests it may be intended to address immediate needs, supplement existing supplies, or serve as a bridge while longer-term strategies are implemented. The focus on OTC tests supports widespread public access for self-monitoring and early detection. The geographic mention of Florida (st) might imply a specific distribution strategy or regional focus for this batch of tests, though its broader impact on national availability depends on the total quantity procured and how it integrates with other federal and state stockpiles.
What is the track record of Abbott Rapid DX North America LLC in supplying government contracts, particularly for diagnostic tests?
The provided data identifies Abbott Rapid DX North America LLC as the contractor but does not offer details on their track record with government contracts. Abbott Laboratories, the parent company, is a major player in the diagnostics industry and has likely supplied government entities previously, especially during the COVID-19 pandemic. However, assessing the specific performance, reliability, and pricing history of Abbott Rapid DX North America LLC in fulfilling federal contracts would require a deeper dive into contract databases and performance evaluations. The sole-source nature of this award might suggest a pre-existing relationship or a unique capability, but without further information, their specific track record remains unverified within this context.
Industry Classification
NAICS: Manufacturing › Pharmaceutical and Medicine Manufacturing › In-Vitro Diagnostic Substance Manufacturing
Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP
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
Parent Company: Abbott Laboratories
Address: 30 S KELLER RD STE 100, ORLANDO, FL, 32810
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $257,060,695
Exercised Options: $257,060,695
Current Obligation: $257,060,695
Actual Outlays: $257,060,693
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2022-12-07
Current End Date: 2023-03-30
Potential End Date: 2023-03-30 00:00:00
Last Modified: 2025-03-13
More Contracts from Abbott Rapid DX North America LLC
- Covid-19 Antigen OTC Test Kits — $1.3B (Department of Defense)
- 8508501022!binaxnowtest KIT (EA) — $357.0M (Department of Defense)
- 8508631830!binax NOW Covid-19 AG Card — $265.6M (Department of Defense)
- 8508554745!binax NOW Covid-19 AG Card — $264.0M (Department of Defense)
- Hh/Aspr HAS a Requirement to Purchase ID Nowtm Covid-19 Rapid Testing Kits — $174.4M (Department of Health and Human Services)
View all Abbott Rapid DX North America LLC federal contracts →
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →