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

Positive Signals

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

Risk Flags

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: ManufacturingPharmaceutical and Medicine ManufacturingIn-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

View all Biofire Defense LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending