HHS awards $71.5M for COVID-19 testing services, a sole-source definitive contract

Contract Overview

Contract Amount: $71,496,471 ($71.5M)

Contractor: Minuteclinic, L.L.C.

Awarding Agency: Department of Health and Human Services

Start Date: 2020-04-05

End Date: 2021-09-30

Contract Duration: 543 days

Daily Burn Rate: $131.7K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIXED PRICE INCENTIVE

Sector: Healthcare

Official Description: COVID-19 SELF-SWAB AND POINT-OF-CARE TESTING PUBLIC-PRIVATE PARTNERSHIP

Place of Performance

Location: WOONSOCKET, PROVIDENCE County, RHODE ISLAND, 02895

State: Rhode Island Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $71.5 million to MINUTECLINIC, L.L.C. for work described as: COVID-19 SELF-SWAB AND POINT-OF-CARE TESTING PUBLIC-PRIVATE PARTNERSHIP Key points: 1. The contract's value of $71.5 million represents a significant investment in public health infrastructure. 2. As a sole-source award, the lack of competition may have implications for price optimization. 3. The fixed-price incentive contract structure aims to balance cost control with performance. 4. The contract duration of 543 days covers a critical period of the pandemic response. 5. The focus on point-of-care testing aligns with strategies to increase testing accessibility. 6. The award to MinuteClinic, L.L.C. leverages existing healthcare provider networks.

Value Assessment

Rating: fair

Benchmarking the value of this contract is challenging due to its specific nature as a sole-source award for COVID-19 testing during a public health emergency. Without comparable sole-source contracts for similar services, a direct price comparison is difficult. However, the fixed-price incentive structure suggests an attempt to manage costs while ensuring service delivery. The total award amount of $71.5 million should be evaluated against the scale and urgency of the pandemic response it supported.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning it was not competed among multiple vendors. This approach is typically used when only one vendor can provide the required goods or services, or in urgent situations. The lack of competition means that the government did not benefit from the price discovery and potential cost savings that can arise from a competitive bidding process.

Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competitive pressure. The government did not have the opportunity to solicit multiple bids to ensure the best possible price for these critical testing services.

Public Impact

The primary beneficiaries are the public, who gain access to COVID-19 self-swab and point-of-care testing services. The services delivered include the provision of testing kits and associated laboratory services. The geographic impact is focused on Rhode Island, as indicated by the 'RI' state code. The contract supports the broader public health workforce involved in administering and processing tests.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare sector, particularly diagnostic testing, saw immense growth and demand during the COVID-19 pandemic. This contract falls within the medical laboratories and diagnostic services sub-sector. Spending in this area surged globally to meet public health needs. Comparable spending benchmarks would likely be within the context of emergency public health procurements rather than standard market rates.

Small Business Impact

This contract does not appear to have a small business set-aside. Given the sole-source nature and the award to a large commercial entity (MinuteClinic, L.L.C.), there are likely no direct subcontracting opportunities for small businesses mandated by this specific award. The impact on the small business ecosystem is minimal unless MinuteClinic engages them independently.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Health and Human Services (HHS), specifically the Office of the Assistant Secretary for Administration. Accountability measures would be tied to the performance metrics within the fixed-price incentive contract. Transparency is facilitated by the Federal Procurement Data System (FPDS), where contract details are reported, though the sole-source nature limits public scrutiny of the initial award decision.

Related Government Programs

Risk Flags

Tags

healthcare, hhs, department-of-health-and-human-services, minuteclinic, covid-19, testing, point-of-care, definitive-contract, fixed-price-incentive, sole-source, rhode-island, medical-laboratories

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $71.5 million to MINUTECLINIC, L.L.C.. COVID-19 SELF-SWAB AND POINT-OF-CARE TESTING PUBLIC-PRIVATE PARTNERSHIP

Who is the contractor on this award?

The obligated recipient is MINUTECLINIC, L.L.C..

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Office of the Assistant Secretary for Administration).

What is the total obligated amount?

The obligated amount is $71.5 million.

What is the period of performance?

Start: 2020-04-05. End: 2021-09-30.

What is the track record of MinuteClinic, L.L.C. in performing government contracts, particularly in public health emergencies?

MinuteClinic, L.L.C., a subsidiary of CVS Health, primarily operates as a retail health clinic. While they have extensive experience in providing healthcare services directly to consumers, their track record with large-scale federal government contracts, especially those involving emergency public health responses and definitive contract structures, may be less extensive compared to traditional government contractors. Information on their specific performance on similar government contracts is not readily available in public databases, suggesting this may have been a unique or novel engagement for them in the federal space. Their established network and operational model likely facilitated rapid deployment for COVID-19 testing services.

How does the $71.5 million award compare to other federal spending on COVID-19 testing during the same period?

The $71.5 million award represents a significant, but not unprecedented, investment in COVID-19 testing. During the peak of the pandemic, federal agencies like the Department of Health and Human Services (HHS) and the Department of Defense (DoD) awarded billions of dollars for testing supplies, laboratory services, and related infrastructure. This specific contract's value should be viewed within that broader context. While substantial, it is one of many large-scale procurements aimed at scaling up national testing capacity. Comparing it directly requires analyzing the scope, duration, and specific services rendered across various testing contracts.

What are the primary risks associated with a sole-source award for essential public health services like COVID-19 testing?

The primary risk of a sole-source award for essential services is the potential for inflated pricing due to the lack of competitive pressure. Without multiple bids, the government may not secure the most cost-effective solution. Additionally, sole-source awards can raise concerns about fairness and transparency in the procurement process. In a public health emergency, the urgency might necessitate such an award, but it bypasses the standard due diligence of market research and competition, potentially limiting innovation and broader market participation. Ensuring robust oversight and justification for the sole-source determination is crucial to mitigate these risks.

How effective was this contract in achieving its objective of providing COVID-19 testing services?

Assessing the effectiveness of this contract requires specific performance data that is not publicly detailed in the provided data. However, the contract's objective was to provide COVID-19 self-swab and point-of-care testing. Given that MinuteClinic, L.L.C. operates numerous clinics, it is plausible they contributed to increasing testing accessibility, particularly in Rhode Island. The effectiveness would be measured by the volume of tests conducted, turnaround times for results, and the geographic reach achieved relative to the investment. The fixed-price incentive structure suggests a focus on meeting performance targets, but the ultimate success hinges on the actual public health impact realized.

What are the historical spending patterns for medical laboratory services (NAICS 621511) by the Department of Health and Human Services?

Historical spending by HHS on medical laboratory services (NAICS 621511) prior to the COVID-19 pandemic would typically reflect routine public health surveillance, research grants, and support for specific health programs. This spending would generally be distributed across numerous contracts, often competed. The pandemic dramatically altered these patterns, leading to a surge in demand and contract values for diagnostic testing services, including this $71.5 million award. Pre-pandemic spending would likely show a more stable, lower volume of contracts focused on ongoing laboratory needs rather than emergency-driven, large-scale procurements.

What is the significance of the 'DEFINITIVE CONTRACT' award type in this context?

A definitive contract is a standard, legally binding agreement that outlines the terms and conditions for the procurement of goods or services. Unlike other contract types like basic ordering agreements or indefinite-delivery/indefinite-quantity (IDIQ) contracts, a definitive contract typically specifies all the details upfront, including scope, price, and delivery schedule. In the context of this COVID-19 testing award, it signifies a clear commitment from the government to purchase a defined set of services from MinuteClinic, L.L.C. over a specified period, providing a stable framework for service delivery during a critical public health response.

Industry Classification

NAICS: Health Care and Social AssistanceMedical and Diagnostic LaboratoriesMedical Laboratories

Product/Service Code: MEDICAL SERVICESLABORATORY TESTING SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Offers Received: 1

Pricing Type: FIXED PRICE INCENTIVE (L)

Evaluated Preference: NONE

Contractor Details

Parent Company: CVS Health Corporation (UEI: 001338912)

Address: 1 CVS DR, WOONSOCKET, RI, 02895

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $71,496,471

Exercised Options: $71,496,471

Current Obligation: $71,496,471

Actual Outlays: $71,496,471

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Timeline

Start Date: 2020-04-05

Current End Date: 2021-09-30

Potential End Date: 2021-09-30 00:00:00

Last Modified: 2022-02-23

More Contracts from Minuteclinic, L.L.C.

View all Minuteclinic, L.L.C. federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending