DoD awards $33.1M for COVID-19 diagnostic panels, raising questions about competition and value
Contract Overview
Contract Amount: $33,133,017 ($33.1M)
Contractor: Biofire Defense LLC
Awarding Agency: Department of Defense
Start Date: 2020-09-30
End Date: 2021-09-29
Contract Duration: 364 days
Daily Burn Rate: $91.0K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: "COVID 19" BIOFIRE RESPIRATORY 2.1 (RP2.1) PANEL WITH SARS_COV-2
Place of Performance
Location: SALT LAKE CITY, SALT LAKE County, UTAH, 84107
State: Utah Government Spending
Plain-Language Summary
Department of Defense obligated $33.1 million to BIOFIRE DEFENSE LLC for work described as: "COVID 19" BIOFIRE RESPIRATORY 2.1 (RP2.1) PANEL WITH SARS_COV-2 Key points: 1. Contract awarded on a sole-source basis, limiting price discovery and potentially increasing costs. 2. The contract's value is significant, requiring careful scrutiny of pricing and performance. 3. Lack of competition is a key risk indicator for potential overpayment. 4. The contract supports critical public health needs during the pandemic. 5. The sole contractor has a monopoly on this specific diagnostic panel. 6. Performance period is one year, suggesting a need for ongoing evaluation.
Value Assessment
Rating: questionable
The contract value of $33.1 million for a one-year period for COVID-19 diagnostic panels warrants scrutiny. Without competitive bidding, it is difficult to benchmark the pricing against market rates or similar contracts. The sole-source nature suggests potential for inflated costs. Further analysis would be needed to determine if the price reflects fair market value, especially given the critical nature of the supplies during the pandemic.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning there was no open competition. This approach is typically used when only one vendor can provide the required goods or services. The lack of competition means that the Department of Defense did not benefit from the price reductions and innovation that typically arise from a competitive bidding process.
Taxpayer Impact: Taxpayers may have paid a premium due to the absence of competition. Without competing offers, the government has less leverage to negotiate favorable pricing, potentially leading to higher overall expenditures.
Public Impact
The primary beneficiaries are the Department of Defense and potentially other federal agencies requiring COVID-19 testing capabilities. The contract delivers essential diagnostic panels for detecting SARS-CoV-2, crucial for public health response. The geographic impact is national, supporting federal response efforts across the United States. Workforce implications are minimal for this specific contract, as it focuses on product acquisition rather than service provision.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award limits competitive pressure on pricing.
- Lack of transparency in pricing due to no competitive bidding.
- Potential for over-reliance on a single supplier for critical diagnostics.
Positive Signals
- Addresses a critical and urgent need for COVID-19 testing.
- Contract awarded to a known entity in the diagnostic field.
- Clear performance period and contract type.
Sector Analysis
The market for in-vitro diagnostic substances, particularly for infectious diseases like COVID-19, is highly specialized. This contract falls within the broader healthcare and life sciences sector. The value of this single award is substantial, but it represents a fraction of the overall federal spending on pandemic response and medical supplies. Benchmarking would require access to pricing data for similar diagnostic panels from other federal or commercial entities.
Small Business Impact
This contract was not set aside for small businesses, nor does it appear to have specific subcontracting requirements for small businesses mentioned. The sole-source nature further limits opportunities for small business participation. The primary contractor, BioFire Defense LLC, is likely a larger entity, and the focus is on acquiring a specific product rather than fostering a broad ecosystem of small business involvement.
Oversight & Accountability
Oversight for this contract would fall under the Department of Defense's contracting and financial management offices. Transparency is limited due to the sole-source award. Accountability measures would be tied to the contractor's adherence to the firm-fixed-price terms and delivery schedules. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- COVID-19 Testing Supplies
- Diagnostic Equipment Procurement
- Department of Defense Medical Supplies
- In-Vitro Diagnostic Substance Manufacturing
Risk Flags
- Sole-source award
- Lack of competitive bidding
- Potential for price inflation
- Critical supply chain dependency
Tags
defense, department-of-defense, air-force, covid-19, diagnostic-panels, sole-source, firm-fixed-price, medical-supplies, in-vitro-diagnostic-substance-manufacturing, utah, large-contract
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $33.1 million to BIOFIRE DEFENSE LLC. "COVID 19" BIOFIRE RESPIRATORY 2.1 (RP2.1) PANEL WITH SARS_COV-2
Who is the contractor on this award?
The obligated recipient is BIOFIRE DEFENSE LLC.
Which agency awarded this contract?
Awarding agency: Department of Defense (Department of the Air Force).
What is the total obligated amount?
The obligated amount is $33.1 million.
What is the period of performance?
Start: 2020-09-30. End: 2021-09-29.
What is the track record of BioFire Defense LLC in supplying diagnostic equipment to the federal government?
BioFire Defense LLC, a subsidiary of bioMérieux, has a history of providing diagnostic solutions. While specific details on their federal contract history require deeper database searches, their specialization in multiplex diagnostic systems suggests they are a key player in this niche. Their ability to secure a sole-source contract for a critical COVID-19 panel indicates a recognized capability and potentially a unique offering. Further investigation into past performance, delivery timeliness, and quality of products on previous government contracts would provide a more comprehensive understanding of their reliability and suitability as a sole provider.
How does the $33.1 million contract value compare to similar COVID-19 diagnostic panel procurements?
Direct comparison of the $33.1 million contract value for BioFire Defense LLC's RP2.1 panel is challenging without access to a comprehensive database of all federal COVID-19 related procurements, especially those awarded under emergency or sole-source justifications. However, given the urgency and scale of the pandemic, many contracts for testing supplies were awarded rapidly. The value suggests a significant quantity of panels or a high per-unit cost. Without competitive bids, it's difficult to ascertain if this represents a fair market price. Benchmarking against other sole-source awards for similar critical medical supplies during the pandemic might offer some context, but a true value-for-money assessment would ideally involve comparing it to prices achieved through competitive processes for comparable products.
What are the primary risks associated with a sole-source award for critical medical supplies like COVID-19 diagnostic panels?
The primary risk associated with a sole-source award for critical medical supplies is the potential for inflated pricing due to the absence of competition. Without competing vendors, the government has limited leverage to negotiate favorable terms or drive down costs. This can lead to taxpayers bearing a higher financial burden. Another significant risk is supply chain vulnerability; over-reliance on a single supplier can create dependencies that are problematic if the supplier faces production issues, quality control problems, or geopolitical disruptions. Furthermore, a lack of competition can stifle innovation as there is less incentive for the sole provider to improve their product or processes beyond meeting the minimum contract requirements.
How effective are diagnostic panels like the BioFire RP2.1 in supporting the federal government's pandemic response strategy?
Diagnostic panels like the BioFire RP2.1 are highly effective tools for the federal government's pandemic response strategy. They enable rapid and accurate detection of SARS-CoV-2, which is crucial for surveillance, contact tracing, clinical decision-making, and public health interventions. The ability to test for multiple respiratory pathogens simultaneously, as suggested by the 'RP2.1' designation, can also improve diagnostic efficiency and patient management. The $33.1 million investment underscores the perceived importance of these panels in maintaining testing capacity and supporting efforts to control the spread of the virus. Their effectiveness is directly linked to the government's ability to procure sufficient quantities and deploy them appropriately.
What is the historical spending pattern for BioFire Defense LLC or similar diagnostic providers by the Department of Defense?
Analyzing historical spending patterns for BioFire Defense LLC and similar providers by the Department of Defense requires access to detailed federal procurement databases. Generally, spending on diagnostic equipment and supplies tends to fluctuate based on public health needs and national security priorities. During the COVID-19 pandemic, spending on relevant items surged significantly across all federal agencies, including the DoD. Prior to the pandemic, spending might have been more consistent and focused on specific military health requirements. The $33.1 million award represents a substantial, likely pandemic-driven, expenditure. Understanding long-term trends would involve examining spending data over several fiscal years to identify patterns of reliance, contract types, and average award values.
What are the implications of the 'In-Vitro Diagnostic Substance Manufacturing' NAICS code for this contract?
The North American Industry Classification System (NAICS) code 325413, 'In-Vitro Diagnostic Substance Manufacturing,' indicates that the primary business activity of the contractor, BioFire Defense LLC, is the manufacturing of substances used in diagnostic tests. This classification is relevant because it defines the specific industry segment and the types of products being procured. It suggests that the government is purchasing the chemical or biological components and reagents necessary for diagnostic testing, rather than the complete testing instruments or services. This specificity is important for understanding the supply chain and the contractor's core competencies within the broader healthcare and life sciences sector.
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
Solicitation ID: FA805220R0026
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Compagnie Merieux Alliance (UEI: 260062804)
Address: 79 W 4500 S STE 14, SALT LAKE CITY, UT, 84107
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $33,133,017
Exercised Options: $33,133,017
Current Obligation: $33,133,017
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Cost or Pricing Data: NO
Timeline
Start Date: 2020-09-30
Current End Date: 2021-09-29
Potential End Date: 2021-09-29 00:00:00
Last Modified: 2021-10-01
More Contracts from Biofire Defense LLC
- 200312!003184!2100!SG60 !USA Space and Strategic DEF CDR !dasg6003c0094 !A!N! !N! !20030925!20050308!556915205!556915205!556915205!n!idaho Technology Inc !390 Wakara WAY !salt Lake City !ut!84108!67000!035!49!salt Lake City !salt Lake !utah !+000011021639!n!n!000000000000!6550!in Vitro Dgnstc Sbstncs, Reagents, TST KTS, & STS !c9b!medical & Dental Supplies & Eq!1000!not Discernable or Classified !334519!E! !3! ! ! ! ! !99990909!B! ! !A! !a!u!j!2!002!k! !Z!Y!Z! ! !n!b!n!n! ! !A! !b!a!000!a!b!n! ! ! ! ! ! !0001! ! — $76.3M (Department of Defense)
- THE Overall Objective of This Contract IS to Advance the Development of the Biofire Emerging FLU Panel AS a Nucleic Acid Detection Panel for USE on the Easy-To-Use Biofire Filmarray Torch and Biofire Spotfire Platforms — $22.0M (Department of Health and Human Services)
- THE Overall Objective of This Contract IS to Advance the Development of the Reveal Rapid AST System AS an Antibiotic Susceptibility Diagnostic Test Type of Countermeasure to Determine the Treatment for Life Threatening Urgent Infections From Patient — $7.6M (Department of Health and Human Services)
- THE Contractor Shall Furnish ALL Necessary Services, Qualified Professional, Technical, and Administrative Personnel, Material, Equipment, and Facilities, NOT Otherwise Provided by the Government Under the Terms of This Contract, AS Needed to ADD the — $5.7M (Department of Health and Human Services)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)