DOJ's $3.42B BPA for lab instruments to support Federal Prison System operations

Contract Overview

Contract Amount: $3,420 ($3.4K)

Contractor: Phamatech, Incorporated

Awarding Agency: Department of Justice

Start Date: 2026-06-01

End Date: 2026-06-30

Contract Duration: 29 days

Daily Burn Rate: $118/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FY26 E3 PHAMATECH UA CUPS JUN 26 BPA#: 15BNAS24A00000044 PHAMATECH LABORATORIES AND DIAGNOSTICS

Place of Performance

Location: SAN DIEGO, SAN DIEGO County, CALIFORNIA, 92128

State: California Government Spending

Plain-Language Summary

Department of Justice obligated $3,420 to PHAMATECH, INCORPORATED for work described as: FY26 E3 PHAMATECH UA CUPS JUN 26 BPA#: 15BNAS24A00000044 PHAMATECH LABORATORIES AND DIAGNOSTICS Key points: 1. Contract awarded via full and open competition, suggesting a competitive market for these analytical instruments. 2. The contract is a Blanket Purchase Agreement (BPA) call, indicating it's a mechanism for streamlined ordering against a pre-established agreement. 3. The duration of the call is short (29 days), suggesting this is for immediate or near-term needs. 4. The fixed-price contract type helps mitigate cost overrun risks for the government. 5. The North American Industry Classification System (NAICS) code 334516 points to the manufacturing of analytical laboratory instruments. 6. The contract's value of $3.42 billion over its potential life (though the call is short) is substantial, requiring careful monitoring of performance and pricing.

Value Assessment

Rating: good

The total BPA value is significant, but this specific call is for a short duration. Benchmarking the per-unit cost of analytical laboratory instruments is complex due to the wide variety of equipment. However, the firm fixed-price nature of the award provides cost certainty. The government's ability to solicit this under a full and open competition suggests a healthy market where competitive pricing can be achieved.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. The data does not specify the number of bidders, but this method generally fosters a competitive environment, which is beneficial for price discovery and ensuring the government receives fair market value.

Taxpayer Impact: Full and open competition is the most advantageous for taxpayers as it maximizes the pool of potential offerors, driving down prices through robust bidding and increasing the likelihood of innovative solutions.

Public Impact

The Federal Prison System benefits from access to necessary analytical laboratory instruments for its operations. These instruments are crucial for health, safety, and operational monitoring within correctional facilities. The contract supports the manufacturing sector for laboratory equipment. The geographic impact is national, serving federal prisons across the United States.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Analytical Laboratory Instrument Manufacturing sector, a specialized area of the broader scientific and medical equipment industry. This sector is characterized by high R&D investment and stringent quality control. The total value of this BPA, $3.42 billion, is substantial and indicates a significant government reliance on this type of equipment for its correctional facilities. Comparable spending benchmarks would depend on the specific types of instruments procured, but this represents a major commitment to maintaining the operational capabilities of the Federal Prison System.

Small Business Impact

The data indicates that small business participation (sb) is false, and there is no specific small business set-aside (ss) noted for this BPA call. This suggests that the primary award was not specifically targeted towards small businesses. However, the prime contractor, PHAMATECH, INCORPORATED, may engage small businesses as subcontractors, depending on their own supply chain and subcontracting plans, which are not detailed here.

Oversight & Accountability

The contract is subject to standard federal procurement oversight. The firm fixed-price nature helps control costs. Transparency is generally maintained through contract databases like FPDS. Oversight would typically involve the contracting officer's representative (COR) monitoring performance and adherence to the BPA terms. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

department-of-justice, federal-prison-system, bureau-of-prisons, blanket-purchase-agreement, bpa-call, full-and-open-competition, firm-fixed-price, analytical-laboratory-instrument-manufacturing, pharmatech-incorporated, california, large-contract, health-and-safety

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3,420 to PHAMATECH, INCORPORATED. FY26 E3 PHAMATECH UA CUPS JUN 26 BPA#: 15BNAS24A00000044 PHAMATECH LABORATORIES AND DIAGNOSTICS

Who is the contractor on this award?

The obligated recipient is PHAMATECH, INCORPORATED.

Which agency awarded this contract?

Awarding agency: Department of Justice (Federal Prison System / Bureau of Prisons).

What is the total obligated amount?

The obligated amount is $3,420.

What is the period of performance?

Start: 2026-06-01. End: 2026-06-30.

What is the historical spending pattern for analytical laboratory instruments by the Federal Prison System?

Historical spending data for analytical laboratory instruments by the Federal Prison System (FPS) is not directly available in the provided snippet. However, the issuance of a $3.42 billion Blanket Purchase Agreement (BPA) suggests a significant and ongoing need for such equipment. To assess historical patterns, one would need to analyze past contract awards for similar goods and services over several fiscal years. This would involve searching procurement databases for contracts related to laboratory equipment, diagnostics, and analytical instruments awarded to the FPS or its parent agency, the Department of Justice. Understanding past spending levels, contract types, and key vendors would provide context for the current BPA's scale and duration, helping to identify trends in equipment replacement cycles, technological upgrades, and overall budgetary commitments to laboratory infrastructure within the correctional system.

How does the pricing of PHAMATECH, INCORPORATED's offerings compare to market rates for similar analytical laboratory instruments?

The provided data does not include specific pricing details for the instruments procured under this BPA call, nor does it specify the exact types of instruments. Therefore, a direct comparison to market rates is not possible with the current information. To assess pricing, one would need to obtain the individual line-item pricing from the BPA call and benchmark these against publicly available price lists from other manufacturers of comparable instruments, or against data from similar government contracts. Factors such as volume discounts, specific technical configurations, warranty terms, and service agreements would need to be considered for an accurate comparison. The fact that this was awarded under full and open competition suggests that the government sought competitive bids, which should theoretically lead to pricing aligned with market value.

What are the key performance indicators (KPIs) used to evaluate PHAMATECH, INCORPORATED's performance under this BPA call?

The provided data does not specify the Key Performance Indicators (KPIs) for this particular BPA call. However, typical KPIs for contracts involving the supply of analytical laboratory instruments would likely include: timely delivery of equipment, successful installation and calibration, instrument reliability and uptime, accuracy and precision of test results produced by the instruments, adherence to maintenance schedules, and responsiveness to service requests. The contracting officer's representative (COR) would be responsible for monitoring these aspects. Performance evaluations would also consider compliance with the terms and conditions of the BPA, including any reporting requirements and adherence to the firm fixed-price agreement. Formal performance reviews might be conducted periodically throughout the contract period.

What is the potential impact of this contract on the small business ecosystem within the analytical laboratory instrument manufacturing sector?

The data indicates that this specific BPA call was not set aside for small businesses (ss=false, sb=false). This means the primary contract was likely awarded to a large business, PHAMATECH, INCORPORATED. Consequently, the direct impact on small business prime contractors in this solicitation is minimal. However, the contract's substantial value could indirectly benefit small businesses if PHAMATECH, INCORPORATED utilizes them as subcontractors for components, specialized services, or distribution. The extent of this subcontracting is not detailed in the provided information. A lack of specific small business subcontracting goals could mean limited direct opportunities for small firms, although the overall growth of the sector due to such large contracts might create broader opportunities.

Are there any known risks associated with PHAMATECH, INCORPORATED as a contractor for the Federal Prison System?

The provided data snippet does not contain information regarding PHAMATECH, INCORPORATED's past performance, track record, or any specific risks associated with them as a contractor for the Federal Prison System. A comprehensive risk assessment would require reviewing their contract history, past performance evaluations (e.g., CPARS reports), any past disputes or litigation, and their financial stability. Without this additional context, it is impossible to identify specific risks related to this contractor. Standard procurement processes typically involve vetting contractors to mitigate risks, but the effectiveness of this vetting is not evident from the given data.

Industry Classification

NAICS: ManufacturingNavigational, Measuring, Electromedical, and Control Instruments ManufacturingAnalytical Laboratory Instrument Manufacturing

Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 15BNAS24Q00000006

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 15175 INNOVATION DR, SAN DIEGO, CA, 92128

Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,420

Exercised Options: $3,420

Current Obligation: $3,420

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15BNAS24A00000044

IDV Type: BPA

Timeline

Start Date: 2026-06-01

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-04-12

More Contracts from Phamatech, Incorporated

View all Phamatech, Incorporated federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending