HHS awards $544K for COVID-19/Flu/RSV test kits, raising questions on competition and value
Contract Overview
Contract Amount: $54,400 ($54.4K)
Contractor: Cepheid
Awarding Agency: Department of Health and Human Services
Start Date: 2026-09-16
End Date: 2027-09-15
Contract Duration: 364 days
Daily Burn Rate: $149/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: CEPHEID XPERT XPRESS COV-2/FLU/RSV PLUS TEST KITS
Place of Performance
Location: SUNNYVALE, SANTA CLARA County, CALIFORNIA, 94089
Plain-Language Summary
Department of Health and Human Services obligated $54,400 to CEPHEID for work described as: CEPHEID XPERT XPRESS COV-2/FLU/RSV PLUS TEST KITS Key points: 1. The contract for diagnostic test kits was awarded on a non-competitive basis, limiting price discovery. 2. The sole-source nature of this award warrants scrutiny regarding potential overpayment compared to market rates. 3. A lack of competition may indicate limited market availability or a strategic decision by the agency. 4. The contract duration of one year with a fixed-price structure provides cost certainty but may not capture volume discounts. 5. The specific product, CEPHEID XPERT XPRESS COV-2/FLU/RSV PLUS TEST KITS, suggests a focus on critical public health needs. 6. The Indian Health Service's procurement highlights the need for reliable diagnostic tools in underserved areas.
Value Assessment
Rating: questionable
Benchmarking the value for this specific diagnostic test kit is challenging without competitive bids. The fixed-price structure for a one-year period at $544,000 suggests a significant investment. Without comparative pricing data from other federal agencies or commercial entities for the same or similar kits, it's difficult to definitively assess if this represents a fair market price. The lack of competition is a primary driver for this questionable value assessment, as it removes the natural downward pressure on pricing that competitive bidding provides.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded as a sole-source purchase order, meaning it was not competed. The agency likely determined that only one source, Cepheid, could provide the specific diagnostic test kits required. This approach bypasses the standard competitive bidding process, which typically involves multiple vendors submitting proposals. The absence of competition means there was no opportunity to explore alternative suppliers or negotiate prices based on multiple offers, potentially leading to a higher cost for the government.
Taxpayer Impact: Taxpayers may have paid a premium due to the lack of competitive bidding. Without a competitive process, there's less assurance that the government secured the best possible price for these essential test kits.
Public Impact
Beneficiaries include patients served by the Indian Health Service, who will gain access to rapid diagnostic testing for COVID-19, Influenza, and RSV. The services delivered are the provision of critical in-vitro diagnostic test kits, enabling timely and accurate disease identification. The geographic impact is primarily focused on areas served by the Indian Health Service, likely including tribal communities and remote locations. Workforce implications include enabling healthcare providers within the IHS to efficiently diagnose and manage respiratory illnesses, potentially improving patient outcomes and reducing the spread of infections.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits price competition and may result in higher costs for taxpayers.
- Lack of transparency in the justification for sole-source procurement.
- Potential for over-reliance on a single supplier for critical medical supplies.
Positive Signals
- Ensures access to specific, potentially critical diagnostic technology for the Indian Health Service.
- Fixed-price contract provides cost certainty for the duration of the award.
- Addresses a clear public health need for multi-pathogen testing.
Sector Analysis
The market for in-vitro diagnostic (IVD) substances and testing equipment is a significant segment of the broader healthcare industry. This contract falls within the 'In-Vitro Diagnostic Substance Manufacturing' category, focusing on diagnostic kits. The market is characterized by innovation, regulatory oversight (FDA), and a mix of large established players and smaller specialized firms. Federal agencies, particularly those within HHS, are major purchasers of such supplies to support public health initiatives and healthcare delivery. Comparable spending benchmarks are difficult to establish without knowing the exact kit specifications and volume, but federal spending on diagnostic testing can run into billions annually.
Small Business Impact
This contract was not awarded to a small business, nor does it appear to include specific small business set-aside provisions. The sole-source nature of the award further limits opportunities for small businesses to participate as prime contractors. There is no explicit information provided regarding subcontracting plans that would involve small businesses. Therefore, the direct impact on the small business ecosystem from this specific contract appears minimal, though the broader availability of diagnostic tools can indirectly support small healthcare providers.
Oversight & Accountability
Oversight for this purchase order would typically fall under the Indian Health Service's procurement and financial management offices within HHS. Accountability measures are inherent in the purchase order process, requiring the contractor to deliver specified goods by a certain date. Transparency is limited due to the sole-source nature of the award; the justification for not competing the contract would be documented internally. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected in the procurement or execution of this contract.
Related Government Programs
- COVID-19 Testing Supplies
- Influenza Diagnostic Kits
- Respiratory Syncytial Virus (RSV) Tests
- Indian Health Service Medical Supplies
- HHS Diagnostic Procurement
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for inflated pricing
- Limited transparency on justification
Tags
healthcare, diagnostic-tests, hhs, indian-health-service, sole-source, purchase-order, firm-fixed-price, in-vitro-diagnostic-substance-manufacturing, california, public-health, infectious-disease
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $54,400 to CEPHEID. CEPHEID XPERT XPRESS COV-2/FLU/RSV PLUS TEST KITS
Who is the contractor on this award?
The obligated recipient is CEPHEID.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Indian Health Service).
What is the total obligated amount?
The obligated amount is $54,400.
What is the period of performance?
Start: 2026-09-16. End: 2027-09-15.
What is the specific justification provided by the Indian Health Service for awarding this contract on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED UNDER SAP' (Simplified Acquisition Procedures) and awarded as a 'PURCHASE ORDER'. While this signifies a non-competitive award, the specific justification for sole-sourcing is not detailed in the provided data. Typically, sole-source awards require a formal justification, such as the unique capability of a single contractor, urgent and compelling needs where competition is not feasible, or when only one responsible source exists. Without access to the agency's internal documentation or a public justification document (like a Justification for Other Than Full and Open Competition - JOFOC), the precise reason remains unknown. This lack of transparency is a common concern with sole-source procurements.
How does the price of these CEPHEID XPERT XPRESS test kits compare to market rates or similar federal contracts?
Direct price comparison is difficult without specific unit pricing and volume discounts. The total award is $544,000 for 364 days of supply. If we assume a roughly equal distribution over the year, this averages to approximately $1,491 per day for test kits. However, this doesn't reveal the per-kit cost, which is the most relevant metric. Given the sole-source nature, it's plausible that the price is higher than if it had been competitively bid. Federal agencies often negotiate volume discounts, which may not be fully realized in a sole-source award. Benchmarking against other federal contracts for similar diagnostic platforms or against commercial catalog prices would be necessary for a thorough value assessment, but this data is not provided.
What are the potential risks associated with relying on a single supplier for these critical diagnostic test kits?
The primary risk of relying on a single supplier (Cepheid, in this case) is supply chain vulnerability. Any disruption to Cepheid's manufacturing, distribution, or business operations could directly impact the Indian Health Service's ability to procure these essential test kits. This could lead to shortages, delays in patient care, and an inability to respond effectively to public health emergencies. Furthermore, a lack of competition removes the incentive for the sole supplier to offer competitive pricing or innovate rapidly, potentially leading to higher costs and less advanced technology over time compared to a more competitive market.
What is the track record of CEPHEID as a government contractor, particularly for similar diagnostic products?
Cepheid is a known entity in the diagnostic testing market, particularly for its GeneXpert systems, which are widely used for molecular diagnostics. They have a history of supplying diagnostic solutions to various entities, including government agencies. While specific details of their past performance on federal contracts are not provided here, their established presence suggests a level of experience. However, past performance does not guarantee future success or fair pricing, especially in a sole-source context. A deeper dive into their contract history, including past performance reviews and any disputes or issues, would be necessary for a comprehensive assessment.
How does this contract align with broader federal strategies for infectious disease preparedness and response?
This contract aligns with federal strategies by ensuring the Indian Health Service has access to rapid, multi-pathogen diagnostic capabilities. The ability to quickly test for COVID-19, Influenza, and RSV is crucial for effective disease surveillance, outbreak management, and patient treatment, especially within vulnerable populations served by the IHS. Such procurements contribute to the nation's overall preparedness by equipping healthcare providers with essential tools. However, the sole-source nature raises questions about the efficiency and cost-effectiveness of this alignment compared to a competitively procured solution.
What is the expected volume of tests to be performed under this contract, and how was this volume determined?
The provided data does not specify the expected volume of tests or the quantity of test kits to be procured. The total award amount of $544,000 and a duration of 364 days are given, but the number of kits or tests per kit is absent. This information is critical for calculating per-unit costs and assessing value for money. The determination of the required volume likely stems from the Indian Health Service's projected needs based on patient demographics, historical testing data, and anticipated disease prevalence within the communities they serve. Without this data, a detailed analysis of usage and cost per test is impossible.
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 UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 75H71026Q00082
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Danaher Corporation
Address: 904, EAST CARIBBEAN DRIVE, SUNNYVALE, CA, 94089
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: $272,000
Exercised Options: $54,400
Current Obligation: $54,400
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-09-16
Current End Date: 2027-09-15
Potential End Date: 2031-09-15 00:00:00
Last Modified: 2026-04-02
More Contracts from Cepheid
- 8508994567!xpert Xpress Sars-Cov-2/Flu/R — $340.0M (Department of Defense)
- Covid 19 FLU Test Kits and Swabs — $146.3M (Department of Veterans Affairs)
- OTA - Pandemic Preparedness and Response: Establishing a Platform for Diagnosis and Surveillance of Emerging Threats — $75.0M (Department of Health and Human Services)
- Covid-19 Dhhs Industrial Base Expansion for Test Kits — $59.7M (Department of Defense)
- Contractor Shall Provide VA With Emergency Covid-19 Molecular Test Kits — $52.5M (Department of Veterans Affairs)
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 →