DoD's $340M XPERT XPRESS contract for COVID/Flu tests shows significant spending in medical supplies

Contract Overview

Contract Amount: $340,000,000 ($340.0M)

Contractor: Cepheid

Awarding Agency: Department of Defense

Start Date: 2022-04-01

End Date: 2023-01-03

Contract Duration: 277 days

Daily Burn Rate: $1.2M/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: 8508994567!XPERT XPRESS SARS-COV-2/FLU/R

Place of Performance

Location: SUNNYVALE, SANTA CLARA County, CALIFORNIA, 94089

State: California Government Spending

Plain-Language Summary

Department of Defense obligated $340.0 million to CEPHEID for work described as: 8508994567!XPERT XPRESS SARS-COV-2/FLU/R Key points: 1. The contract value of $340 million represents a substantial investment in diagnostic testing capabilities. 2. Competition dynamics for this contract are crucial to assess value for money in a critical health sector. 3. Risk indicators may include supply chain vulnerabilities and the rapid obsolescence of diagnostic technologies. 4. Performance context is framed by the ongoing need for rapid response to public health emergencies. 5. This contract positions the Defense Logistics Agency within the broader landscape of federal health procurement. 6. The firm fixed-price structure aims to provide cost certainty for the government.

Value Assessment

Rating: good

The $340 million award for XPERT XPRESS SARS-COV-2/FLU/R diagnostic systems appears to be a significant investment. Benchmarking against similar large-scale procurements for diagnostic equipment is challenging without more specific details on unit counts and system capabilities. However, the firm fixed-price nature suggests an attempt to lock in costs. Further analysis would require comparing per-unit costs for the tests and associated equipment against market rates or other federal contracts for comparable technologies.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this level of competition is generally favorable for price discovery and ensuring the government receives competitive pricing. A robust competitive process can lead to innovation and better value as vendors vie for the award.

Taxpayer Impact: Full and open competition suggests that taxpayer dollars are being used efficiently by leveraging market forces to secure the best possible price and quality for essential diagnostic supplies.

Public Impact

The Department of Defense is the primary beneficiary, ensuring readiness and health of service members. The contract delivers critical diagnostic testing capabilities for SARS-COV-2, Influenza, and other respiratory illnesses. Geographic impact is likely nationwide, supporting military installations and potentially broader federal health initiatives. Workforce implications include ensuring medical personnel have access to necessary diagnostic tools.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader medical device and diagnostics sector, a rapidly evolving market driven by technological advancements and public health demands. The market for respiratory diagnostic tests has seen significant growth, particularly following the COVID-19 pandemic. Federal spending in this area is substantial, with agencies like the Department of Defense and Department of Health and Human Services procuring large volumes of testing kits and equipment to maintain readiness and public health.

Small Business Impact

Information regarding small business set-asides or subcontracting plans was not explicitly provided in the data. Typically, large contracts like this may include provisions for small business participation, either through direct set-asides or by requiring the prime contractor to engage small businesses for subcontracting opportunities. The impact on the small business ecosystem would depend on the specific subcontracting goals and achievements.

Oversight & Accountability

Oversight for this contract would primarily fall under the Defense Contract Management Agency (DCMA) and the Defense Logistics Agency (DLA) contracting officers. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified goods. Transparency is facilitated through federal contract databases like FPDS. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

defense, department-of-defense, defense-logistics-agency, medical-equipment, diagnostic-tests, full-and-open-competition, firm-fixed-price, large-contract, public-health, infectious-disease, california, medical-supplies

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $340.0 million to CEPHEID. 8508994567!XPERT XPRESS SARS-COV-2/FLU/R

Who is the contractor on this award?

The obligated recipient is CEPHEID.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $340.0 million.

What is the period of performance?

Start: 2022-04-01. End: 2023-01-03.

What is the historical spending pattern for diagnostic testing equipment by the Defense Logistics Agency?

Analyzing historical spending patterns for diagnostic testing equipment by the Defense Logistics Agency (DLA) reveals a fluctuating but generally increasing trend, particularly in recent years due to heightened public health concerns. Prior to the COVID-19 pandemic, DLA spending on such equipment was more modest, focused on routine readiness and specific military health requirements. The pandemic triggered a significant surge in demand and procurement, leading to multi-year contracts and substantial increases in annual outlays for various testing modalities, including PCR and antigen tests. This $340 million contract for XPERT XPRESS SARS-COV-2/FLU/R represents a continuation of this elevated spending, reflecting the ongoing need for robust diagnostic capabilities within the DoD. Understanding these historical trends is crucial for forecasting future needs and identifying potential budget shortfalls or surpluses.

How does the per-unit cost of the XPERT XPRESS tests compare to similar offerings from other federal contracts or the commercial market?

A precise per-unit cost comparison for the XPERT XPRESS tests is difficult without access to the detailed pricing structure within the contract, which often includes the cost of the instrument and the consumable test cartridges. However, Cepheid's GeneXpert system and its associated tests are known in the market. Generally, molecular diagnostic tests, especially those utilizing sophisticated platforms, tend to have a higher per-unit cost compared to simpler antigen-based tests. When compared to other federal contracts for similar molecular diagnostic platforms, pricing can vary based on volume, contract type, and negotiated discounts. In the commercial market, prices are subject to manufacturer pricing strategies and distributor markups. To conduct a thorough benchmark, one would need to compare the specific test cartridge price, instrument lease/purchase cost, and any associated service agreements against other government contracts awarded for comparable molecular diagnostic systems or against publicly available commercial pricing data, adjusting for volume discounts.

What are the key performance indicators (KPIs) used to evaluate the success of this contract?

Key performance indicators (KPIs) for this contract would likely focus on several critical areas to ensure the government receives the intended value and capability. These would include delivery timeliness, ensuring that the diagnostic systems and test cartridges are delivered according to the schedule outlined in the contract to meet operational demands. Product quality and reliability are paramount, measured by defect rates, system uptime, and the accuracy of the diagnostic results produced. Furthermore, contract compliance, ensuring the contractor adheres to all terms and conditions, including reporting requirements and any service level agreements, is essential. For a contract of this nature, measuring the availability of tests and systems to support DoD medical facilities and personnel, especially during surge periods or outbreaks, would also be a critical performance metric. Ultimately, the successful execution of the contract contributes to the overall health readiness of the armed forces.

What is the track record of the contractor, Cepheid, in fulfilling large federal contracts, particularly in the healthcare sector?

Cepheid, a subsidiary of Danaher Corporation, has a significant track record in providing molecular diagnostic solutions, including their GeneXpert systems, to various markets, including government and healthcare. They have been a key player in providing rapid diagnostic tests, notably for infectious diseases. During the COVID-19 pandemic, Cepheid was a prominent supplier of SARS-CoV-2 testing solutions to numerous entities, including federal agencies. Their experience includes navigating large-scale production, distribution, and regulatory compliance for diagnostic tests. While specific details on past federal contract performance metrics (e.g., on-time delivery, quality issues) for Cepheid would require a deeper dive into contract databases and performance reports, their sustained presence and significant role in supplying critical diagnostics during a global health crisis suggest a capacity to manage substantial government orders. Their focus on molecular diagnostics aligns well with the needs of agencies like the DoD for reliable and rapid testing.

What are the potential risks associated with relying on a single contractor for such a critical supply of diagnostic tests?

Relying on a single contractor, even one as established as Cepheid, for a critical supply like diagnostic tests introduces several potential risks. Foremost is the risk of supply chain disruption; any issue at the contractor's manufacturing facilities, logistical challenges, or raw material shortages could halt or significantly delay deliveries, impacting the DoD's ability to conduct necessary testing. There's also the risk of price escalation in future contract renewals, as the initial competitive pressure is removed. Furthermore, a sole-source dependency can stifle innovation, as there is less incentive for the contractor to rapidly improve their product or offer more cost-effective solutions if they are assured of continued business. Dependence on a single vendor also increases vulnerability to geopolitical events or natural disasters that might affect the contractor's operations. Finally, if the contractor faces financial instability or is acquired by a competitor, it could lead to uncertainty regarding future support and product availability.

How does this contract align with the Department of Defense's broader strategy for infectious disease preparedness and response?

This contract directly aligns with the Department of Defense's (DoD) broader strategy for infectious disease preparedness and response by ensuring access to critical diagnostic tools. The ability to rapidly and accurately detect pathogens like SARS-CoV-2 and Influenza is fundamental to maintaining force health protection, which is a cornerstone of military readiness. By procuring advanced diagnostic systems like XPERT XPRESS, the DoD enhances its capability to monitor disease outbreaks within military populations, implement timely containment measures, and make informed decisions regarding personnel deployment and operational continuity. This investment supports the DoD's role in national biodefense and pandemic response efforts, ensuring that military medical facilities are equipped to handle public health emergencies effectively. The contract signifies a commitment to proactive health security, moving beyond reactive measures to build resilient diagnostic infrastructure.

Industry Classification

NAICS: Wholesale TradeProfessional and Commercial Equipment and Supplies Merchant WholesalersMedical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers

Product/Service Code: INSTRUMENTS AND LABORATORY EQPT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Danaher Corporation

Address: 904 CARIBBEAN DR, SUNNYVALE, CA, 94089

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

Financial Breakdown

Contract Ceiling: $340,000,000

Exercised Options: $340,000,000

Current Obligation: $340,000,000

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: SPE2DE22D0017

IDV Type: IDC

Timeline

Start Date: 2022-04-01

Current End Date: 2023-01-03

Potential End Date: 2023-01-03 00:00:00

Last Modified: 2022-07-12

More Contracts from Cepheid

View all Cepheid federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending