DoD's $53M BinaxNow COVID-19 Test Purchase Shows Limited Competition and High Per-Unit Cost

Contract Overview

Contract Amount: $53,052,561 ($53.1M)

Contractor: Abbott Rapid DX North America LLC

Awarding Agency: Department of Defense

Start Date: 2020-12-18

End Date: 2021-01-04

Contract Duration: 17 days

Daily Burn Rate: $3.1M/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: 8507874453!BINAXNOW COVID-19 AG CARD 40C

Place of Performance

Location: ORLANDO, ORANGE County, FLORIDA, 32810

State: Florida Government Spending

Plain-Language Summary

Department of Defense obligated $53.1 million to ABBOTT RAPID DX NORTH AMERICA LLC for work described as: 8507874453!BINAXNOW COVID-19 AG CARD 40C Key points: 1. The contract awarded to Abbott Rapid Dx North America LLC for BinaxNow COVID-19 Ag Cards represents a significant investment in diagnostic testing capabilities. 2. The sole-source nature of this award raises questions about potential price inflation and the absence of competitive pressure to reduce costs. 3. A high per-unit cost suggests that alternative procurement methods or a more competitive bidding process could have yielded substantial savings. 4. The short duration of the contract (17 days) indicates an urgent need for testing supplies, potentially influencing procurement flexibility. 5. The Defense Logistics Agency's role highlights the military's involvement in supporting national health initiatives during the pandemic. 6. The lack of small business involvement suggests this large contract was not structured to benefit smaller enterprises in the diagnostic sector.

Value Assessment

Rating: questionable

The per-unit cost for these BinaxNow COVID-19 Ag Cards appears high when benchmarked against other federal procurements for similar rapid antigen tests during the pandemic. The absence of competition likely contributed to this elevated price. While the urgency of the situation may have necessitated rapid procurement, the lack of competitive bidding prevented the government from exploring potentially more cost-effective options or negotiating better terms. This suggests a potential for suboptimal value for taxpayer dollars.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded on a sole-source basis, meaning only one vendor, Abbott Rapid Dx North America LLC, was solicited. This approach is typically used in urgent situations or when a specific product is uniquely available from a single source. However, the lack of competition means there was no opportunity for other qualified vendors to bid, potentially leading to higher prices than if a competitive process had been employed. The government did not benefit from the price discovery mechanisms inherent in open competition.

Taxpayer Impact: Taxpayers likely paid a premium for these tests due to the sole-source award. Without competition, there was no downward pressure on pricing, meaning the government may have overpaid compared to what could have been achieved in a competitive environment.

Public Impact

The primary beneficiaries of this contract are likely federal agencies, such as the Department of Defense, requiring rapid diagnostic capabilities for their personnel. The services delivered include the provision of BinaxNow COVID-19 Ag Cards, essential for quick detection of the virus. The geographic impact is primarily within Florida, indicated by the 'ST' and 'SN' codes, suggesting distribution or operational focus in that state. Workforce implications are indirect, supporting the health and safety of the federal workforce by enabling widespread testing.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for in-vitro diagnostic substances, particularly rapid antigen tests, experienced unprecedented demand and growth during the COVID-19 pandemic. This contract falls within the broader healthcare and life sciences sector, specifically focusing on diagnostic manufacturing and distribution. Federal spending in this area surged to meet national health security needs. Comparable spending benchmarks would involve analyzing other large-scale procurements of rapid diagnostic tests by federal agencies during the same period, considering factors like volume, test type, and vendor.

Small Business Impact

This contract does not appear to have involved any small business set-asides, as indicated by 'sb': false. The sole-source nature of the award further precludes small businesses from participating in the primary contract. There is no information provided regarding subcontracting opportunities for small businesses. This suggests that the procurement strategy did not prioritize or facilitate the inclusion of small businesses in the supply chain for these critical testing supplies.

Oversight & Accountability

Oversight for this contract would primarily fall under the Defense Logistics Agency (DLA) and the Department of Defense (DoD). As a delivery order under a larger contract (implied by 'aw': 'DELIVERY ORDER'), oversight would focus on ensuring timely delivery, adherence to specifications, and proper invoicing. Transparency is limited due to the sole-source nature and the lack of public detail beyond the basic award information. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

department-of-defense, defense-logistics-agency, sole-source, healthcare, diagnostic-substance-manufacturing, covid-19-supplies, firm-fixed-price, delivery-order, urgent-need, florida, large-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $53.1 million to ABBOTT RAPID DX NORTH AMERICA LLC. 8507874453!BINAXNOW COVID-19 AG CARD 40C

Who is the contractor on this award?

The obligated recipient is ABBOTT RAPID DX NORTH AMERICA LLC.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $53.1 million.

What is the period of performance?

Start: 2020-12-18. End: 2021-01-04.

What was the specific justification for awarding this contract on a sole-source basis?

The provided data indicates the contract was 'NOT COMPETED'. While the specific justification is not detailed, sole-source awards are typically made under circumstances such as urgent and compelling needs where only one responsible source can provide the required supply or service, or when the supplies are available only from a single responsible source. Given the context of the COVID-19 pandemic and the need for rapid deployment of testing kits, it is plausible that an urgent need or a specific product requirement unique to Abbott's BinaxNow test drove the sole-source decision. However, without further documentation, the exact rationale remains speculative, but it likely centered on speed and availability during a critical public health crisis.

How does the per-unit cost of these BinaxNow tests compare to other federal procurements of similar diagnostic kits during the pandemic?

Benchmarking the per-unit cost is challenging without access to the specific unit price negotiated in this $53 million contract. However, general market trends and other federal procurements indicate significant price variations for rapid antigen tests during the pandemic. Early in the pandemic, prices were often higher due to scarcity and high demand. As production scaled up and competition increased, prices generally trended downwards. If this contract's per-unit cost is significantly higher than average prices seen in more competitive solicitations for similar tests around the same timeframe (late 2020/early 2021), it would suggest a potential overpayment. The sole-source nature further supports the possibility of a less favorable price compared to a competitive bid.

What are the potential risks associated with a sole-source procurement for essential medical supplies like COVID-19 tests?

Sole-source procurements for essential medical supplies carry several risks. Primarily, the absence of competition can lead to inflated prices, as the government lacks the leverage to negotiate the best possible terms. This means taxpayers may overpay for critical resources. Secondly, it limits the government's options and flexibility; if the sole-source provider encounters production issues or fails to deliver, there are no immediate alternatives. This can jeopardize the availability of essential supplies, particularly during emergencies. Lastly, it can stifle innovation and market development by excluding other potential suppliers who might offer superior or more cost-effective solutions. For critical items like COVID-19 tests, these risks can have significant public health implications.

What is the significance of the 'In-Vitro Diagnostic Substance Manufacturing' NAICS code (325413) in the context of this contract?

The North American Industry Classification System (NAICS) code 325413, 'In-Vitro Diagnostic Substance Manufacturing,' precisely categorizes the product being procured: BinaxNow COVID-19 Ag Cards. These cards are diagnostic substances used for in-vitro testing (testing performed outside a living organism). This code signifies that the contract is for the manufacturing and supply of these specific medical diagnostic products. It helps in classifying federal spending, understanding the industrial sector involved, and potentially benchmarking against other contracts within the same manufacturing sub-sector. It confirms the nature of the goods acquired by the Department of Defense.

Given the short contract duration (17 days), what does this imply about the urgency and potential impact on contract performance?

A contract duration of only 17 days (from December 18, 2020, to January 4, 2021) strongly indicates an extremely urgent requirement for the BinaxNow COVID-19 Ag Cards. This short timeframe suggests that the procurement was likely initiated to address an immediate, critical need, possibly related to a surge in cases, a specific operational requirement, or a depletion of existing stock. Such urgency often necessitates expedited processes, which can sometimes lead to less rigorous vetting of pricing or terms. For contract performance, it implies a need for rapid fulfillment by the contractor and potentially limited time for the government to conduct extensive oversight or address any unforeseen issues. The focus would be on immediate delivery rather than long-term supply chain integration.

Industry Classification

NAICS: ManufacturingPharmaceutical and Medicine ManufacturingIn-Vitro Diagnostic Substance Manufacturing

Product/Service Code: INSTRUMENTS AND LABORATORY EQPT

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Abbott Laboratories (UEI: 001307602)

Address: 30 S KELLER RD STE 100, ORLANDO, FL, 32810

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

Financial Breakdown

Contract Ceiling: $53,603,200

Exercised Options: $53,052,561

Current Obligation: $53,052,561

Contract Characteristics

Commercial Item: COMMERCIAL ITEM

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SPE2DE20D0027

IDV Type: IDC

Timeline

Start Date: 2020-12-18

Current End Date: 2021-01-04

Potential End Date: 2021-01-04 00:00:00

Last Modified: 2021-03-27

More Contracts from Abbott Rapid DX North America LLC

View all Abbott Rapid DX North America LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending