DoD's $19.6M proficiency testing contract awarded to College of American Pathologists raises value questions

Contract Overview

Contract Amount: $19,581,720 ($19.6M)

Contractor: College of American Pathologists

Awarding Agency: Department of Defense

Start Date: 2023-07-04

End Date: 2027-01-03

Contract Duration: 1,279 days

Daily Burn Rate: $15.3K/day

Competition Type: NOT COMPETED

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: PROFICIENCY TESTING

Place of Performance

Location: NORTHFIELD, COOK County, ILLINOIS, 60093

State: Illinois Government Spending

Plain-Language Summary

Department of Defense obligated $19.6 million to COLLEGE OF AMERICAN PATHOLOGISTS for work described as: PROFICIENCY TESTING Key points: 1. The contract's value proposition is unclear given the lack of competition and limited performance data. 2. Competition dynamics are heavily skewed towards a sole-source award, potentially limiting price discovery. 3. Risk indicators include the sole-source nature and the absence of a competitive benchmark. 4. Performance context is limited, with no clear metrics provided for evaluating the effectiveness of proficiency testing. 5. The contract falls within administrative management consulting services, but its specific application to defense health is key. 6. The firm-fixed-price structure offers some cost certainty, but the overall value remains to be proven.

Value Assessment

Rating: questionable

The contract's value is difficult to assess without comparative data or a competitive bidding process. Awarded at $19.6 million over approximately four years, the pricing cannot be benchmarked against similar contracts or market rates due to its sole-source nature. The lack of competition means there's no external validation of whether this price represents fair market value for the proficiency testing services provided to the Defense Health Agency. Further analysis would require understanding the specific scope of work and the unique qualifications of the contractor.

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. The 'NOT COMPETED' status indicates that the agency determined only one source was capable of fulfilling the requirement. This significantly limits the opportunity for price discovery and potentially leads to higher costs for the government compared to a fully competed contract. The rationale for this sole-source award would need to be thoroughly documented and justified.

Taxpayer Impact: Sole-source awards can result in higher costs for taxpayers as the government does not benefit from the price reductions typically achieved through competitive bidding. This limits the efficient use of public funds.

Public Impact

The primary beneficiary is the College of American Pathologists, which receives a significant federal contract. The services delivered are critical for ensuring the quality and accuracy of laboratory testing within the Defense Health Agency. The geographic impact is national, supporting military healthcare facilities across the United States. The contract supports a specialized segment of the healthcare workforce involved in laboratory diagnostics.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the professional, scientific, and technical services sector, specifically administrative management and general management consulting services (NAICS 541611). The market for proficiency testing services is specialized, often dominated by established organizations with specific accreditations and expertise. The Defense Health Agency's need for reliable laboratory quality assurance places this contract within a critical niche of the healthcare services market. Benchmarking would ideally involve comparing costs for similar large-scale, government-funded quality assurance programs.

Small Business Impact

This contract does not appear to have a small business set-aside. Given the specialized nature of proficiency testing and the sole-source award to a specific organization, there are likely no subcontracting opportunities for small businesses directly related to this award. The impact on the small business ecosystem is minimal in this instance, as the contract is not designed to foster small business participation.

Oversight & Accountability

Oversight for this contract would primarily reside with the Defense Health Agency contracting officers and program managers. Accountability measures would be defined within the contract's statement of work and performance standards. Transparency is limited due to the sole-source nature and the absence of publicly available performance data. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

healthcare, defense-health-agency, department-of-defense, proficiency-testing, sole-source, administrative-management-consulting, firm-fixed-price, illinois, professional-scientific-technical-services

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $19.6 million to COLLEGE OF AMERICAN PATHOLOGISTS. PROFICIENCY TESTING

Who is the contractor on this award?

The obligated recipient is COLLEGE OF AMERICAN PATHOLOGISTS.

Which agency awarded this contract?

Awarding agency: Department of Defense (Defense Health Agency).

What is the total obligated amount?

The obligated amount is $19.6 million.

What is the period of performance?

Start: 2023-07-04. End: 2027-01-03.

What is the specific scope of work for proficiency testing under this contract, and how does it align with the Defense Health Agency's mission?

The contract with the College of American Pathologists (CAP) for proficiency testing (PT) services is crucial for the Defense Health Agency (DHA) to ensure the accuracy and reliability of laboratory testing performed across its network of facilities. The scope of work typically involves CAP providing PT challenges to participating laboratories within the DHA. These challenges simulate real patient samples and are designed to assess the laboratory's ability to accurately perform specific tests. Laboratories analyze these samples and submit their results to CAP for evaluation. CAP then provides detailed reports on the laboratory's performance, identifying any areas of deficiency or non-compliance with established standards. This process is vital for maintaining accreditation, meeting regulatory requirements, and ultimately ensuring that military personnel and their families receive correct diagnoses and appropriate treatment based on reliable laboratory data. The alignment with the DHA's mission is direct, as it underpins the quality of diagnostic services essential for military readiness and healthcare.

Given the sole-source award, what justification did the agency provide for not competing this requirement?

The justification for a sole-source award typically stems from specific circumstances where only one responsible source is available or capable of meeting the agency's needs. For the College of American Pathologists (CAP) and proficiency testing, common justifications include CAP's unique accreditation status, its established role as a recognized accrediting body for medical laboratories by the Centers for Medicare & Medicaid Services (CMS), and its extensive experience and infrastructure in developing and administering comprehensive proficiency testing programs. Agencies often argue that transitioning to a new provider would disrupt critical laboratory operations, compromise patient safety, and incur significant costs and delays associated with requalifying laboratories and establishing new testing protocols. The specific justification document (e.g., a Justification and Approval, J&A) for this contract would detail these reasons, outlining why CAP's specific capabilities, established methodologies, and existing accreditation framework are considered indispensable for the Defense Health Agency's requirements, thereby precluding full and open competition.

How does the $19.6 million contract value compare to historical spending on similar proficiency testing services by the DHA or other federal agencies?

Comparing the $19.6 million contract value for proficiency testing services requires context regarding the duration, scope, and specific services included. As this is a sole-source award to the College of American Pathologists (CAP), direct comparisons to competitively bid contracts for similar services are challenging. However, historical spending data for the Defense Health Agency (DHA) on laboratory quality assurance and proficiency testing would be the most relevant benchmark. Without access to that specific historical data, it's difficult to definitively state if $19.6 million over approximately four years is high or low. Other federal agencies, such as the Department of Veterans Affairs or civilian agencies like CMS, also procure laboratory services, but their proficiency testing needs and contractual structures may differ. Generally, large-scale, comprehensive PT programs for a vast healthcare network like the DHA represent a significant investment. The lack of competition makes it harder to ascertain if this represents optimal value for money compared to what might have been achieved through a competitive process.

What are the key performance indicators (KPIs) or metrics used to evaluate the contractor's performance under this contract?

The key performance indicators (KPIs) for a proficiency testing contract like this are typically focused on the reliability and effectiveness of the testing program itself, rather than the contractor's administrative efficiency, given the nature of the service. Primary KPIs would likely include: 1. Timeliness of PT sample distribution and result reporting: Ensuring that laboratories receive samples and performance feedback within established timelines is critical for their accreditation and operational continuity. 2. Accuracy and validity of PT challenges: The quality and representativeness of the simulated patient samples provided by the contractor must be high to accurately reflect real-world testing scenarios. 3. Responsiveness to laboratory inquiries and issues: The contractor's ability to address questions or problems encountered by participating DHA laboratories. 4. Compliance with accreditation standards: Ensuring that the PT program itself meets or exceeds the standards set by relevant accrediting bodies (e.g., CAP, CMS). 5. Reporting accuracy and clarity: The reports provided to laboratories must be clear, actionable, and accurately reflect their performance. While specific KPIs are defined in the contract's Performance Work Statement (PWS), these general areas are fundamental to assessing the value and effectiveness of the proficiency testing services.

Are there any identified risks associated with the contractor's track record or the nature of the services provided?

The primary risk associated with this contract stems from its sole-source nature. This lack of competition inherently carries a risk of reduced price reasonableness and potentially less incentive for the contractor to innovate or optimize service delivery compared to a competitive environment. While the College of American Pathologists (CAP) is a well-established and reputable organization in medical laboratory accreditation and proficiency testing, any sole-source award warrants scrutiny regarding potential overpricing or complacency. Another risk could be the dependency on a single provider for a critical function; if CAP were to face operational challenges or decide to discontinue services, the DHA would face significant disruption in maintaining laboratory quality standards. Furthermore, the effectiveness of the proficiency testing program relies heavily on the quality and relevance of the challenges CAP provides. If these challenges do not accurately reflect the evolving diagnostic landscape or the specific needs of military healthcare, the program's value diminishes, posing a risk to diagnostic accuracy within the DHA.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesManagement, Scientific, and Technical Consulting ServicesAdministrative Management and General Management Consulting Services

Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT)PROFESSIONAL SERVICES

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Solicitation ID: HT001123R0041

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 325 WAUKEGAN RD, NORTHFIELD, IL, 60093

Business Categories: Category Business, Nonprofit Organization, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $25,814,580

Exercised Options: $19,581,720

Current Obligation: $19,581,720

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2023-07-04

Current End Date: 2027-01-03

Potential End Date: 2028-01-03 00:00:00

Last Modified: 2025-12-15

More Contracts from College of American Pathologists

View all College of American Pathologists federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending