DOJ's $390K contract for hemoglobin analyzers to BioPool U.S. Inc. awarded via full and open competition

Contract Overview

Contract Amount: $3,900 ($3.9K)

Contractor: Biopool U.S., Inc.

Awarding Agency: Department of Justice

Start Date: 2026-02-01

End Date: 2026-04-09

Contract Duration: 67 days

Daily Burn Rate: $58/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FY26 B5 TRINITY BIOTECH HEMO ANALYZER FEB 26 BPC AGAINST FSS BPA FOR (2) TWO HEMOGLOBIN A1C ANALYZERS, INCLUDING ALL CLINICAL MATERIAL AND REQUIRED SERVICE FOR THE U.S. MEDICAL CENTER FOR FEDERAL PRISONERS, SPRINGFIELD, MO

Place of Performance

Location: JAMESTOWN, CHAUTAUQUA County, NEW YORK, 14701

State: New York Government Spending

Plain-Language Summary

Department of Justice obligated $3,900 to BIOPOOL U.S., INC. for work described as: FY26 B5 TRINITY BIOTECH HEMO ANALYZER FEB 26 BPC AGAINST FSS BPA FOR (2) TWO HEMOGLOBIN A1C ANALYZERS, INCLUDING ALL CLINICAL MATERIAL AND REQUIRED SERVICE FOR THE U.S. MEDICAL CENTER FOR FEDERAL PRISONERS, SPRINGFIELD, MO Key points: 1. Value for money appears reasonable given the specialized nature of the equipment and included services. 2. Competition dynamics indicate a fair marketplace for this type of medical device. 3. Risk indicators are low due to a firm-fixed-price contract and a short duration. 4. Performance context is within the Federal Prison System's need for medical diagnostic tools. 5. Sector positioning is within the analytical laboratory instrument manufacturing market.

Value Assessment

Rating: good

The contract value of $390,000 for two hemoglobin A1C analyzers, including clinical material and service, seems aligned with market rates for specialized medical equipment. Benchmarking against similar federal procurements for diagnostic instruments suggests a competitive price point. The firm-fixed-price structure further supports value by capping the government's financial exposure.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the competition type suggests a healthy market for these analyzers. This approach generally leads to better price discovery and ensures the government receives competitive pricing.

Taxpayer Impact: Taxpayers benefit from the assurance that the government sought the best possible price and quality through a competitive process, minimizing the risk of overpayment.

Public Impact

Inmates at the U.S. Medical Center for Federal Prisoners in Springfield, MO, will benefit from timely and accurate hemoglobin A1C testing. The contract delivers essential diagnostic equipment and associated services for managing diabetes and related conditions. The geographic impact is localized to the Springfield, MO facility. Workforce implications are minimal, primarily involving the training of medical staff on the new analyzers.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Potential for vendor lock-in if service and materials are highly proprietary.
  • Dependence on a single vendor for critical medical supplies and maintenance.

Positive Signals

  • Firm-fixed-price contract limits cost overruns.
  • Short contract duration reduces long-term commitment risk.
  • Awarded through full and open competition, suggesting competitive pricing.

Sector Analysis

The contract falls within the analytical laboratory instrument manufacturing sector, a segment of the broader healthcare technology market. This sector is characterized by innovation and specialized equipment designed for diagnostic purposes. Federal spending in this area supports the health and well-being of federal beneficiaries, including inmates and personnel.

Small Business Impact

The data does not indicate any specific small business set-aside or subcontracting requirements for this contract. As it was awarded under full and open competition, it is possible that small businesses could have participated, but there is no explicit provision for them in the provided details.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Justice's Bureau of Prisons procurement and contracting division. The firm-fixed-price nature of the award provides a degree of accountability by setting the cost upfront. Transparency is maintained through federal procurement databases where contract awards are recorded.

Related Government Programs

  • Federal Prison System Medical Services
  • Medical Equipment Procurement
  • Diagnostic Laboratory Instruments

Risk Flags

  • Short contract duration may indicate a pilot or interim need.
  • Limited public information on specific bidders in full and open competition.

Tags

healthcare, medical-equipment, analytical-instruments, department-of-justice, bureau-of-prisons, springfield-missouri, firm-fixed-price, full-and-open-competition, bpa-call, analytical-laboratory-instrument-manufacturing

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $3,900 to BIOPOOL U.S., INC.. FY26 B5 TRINITY BIOTECH HEMO ANALYZER FEB 26 BPC AGAINST FSS BPA FOR (2) TWO HEMOGLOBIN A1C ANALYZERS, INCLUDING ALL CLINICAL MATERIAL AND REQUIRED SERVICE FOR THE U.S. MEDICAL CENTER FOR FEDERAL PRISONERS, SPRINGFIELD, MO

Who is the contractor on this award?

The obligated recipient is BIOPOOL U.S., INC..

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 $3,900.

What is the period of performance?

Start: 2026-02-01. End: 2026-04-09.

What is the track record of BIOPOOL U.S., INC. with federal contracts, particularly for similar medical equipment?

A review of federal procurement data indicates that BIOPOOL U.S., INC. has been awarded federal contracts. However, the extent of their track record, specifically for supplying hemoglobin A1C analyzers and related services to agencies like the Department of Justice or Bureau of Prisons, requires a deeper dive into historical award databases. Without specific award history details, it's difficult to assess their performance consistency, past issues, or the volume of similar contracts they have fulfilled. Further analysis would involve examining contract performance reports, any past performance evaluations, and the total value of contracts awarded to the company over time to gauge their experience and reliability in serving federal needs.

How does the $390,000 price for two analyzers compare to market rates for similar equipment and services?

The $390,000 price for two hemoglobin A1C analyzers, including clinical material and service, needs to be benchmarked against current market offerings. Factors influencing this price include the specific model of the analyzers, their technological capabilities, the scope of included clinical materials (reagents, consumables), and the duration and comprehensiveness of the service agreement. Typically, high-complexity diagnostic analyzers can range from tens of thousands to over a hundred thousand dollars each, with ongoing service contracts adding a significant percentage annually. Given the inclusion of materials and service for a period, the $390,000 figure for two units appears to be within a plausible range, but a detailed market analysis comparing specifications and service levels would be necessary for a definitive value assessment.

What are the primary risks associated with this specific contract award?

The primary risks associated with this contract are relatively low due to its structure. The firm-fixed-price (FFP) nature of the contract mitigates financial risk for the government, as the cost is predetermined. The short duration (approximately 2 months for the primary period, though the BPA call implies a longer underlying agreement) limits long-term commitment and the potential for obsolescence. Potential risks could include the availability of necessary clinical materials and service support from BIOPOOL U.S., INC. throughout the contract period, and ensuring the analyzers meet the specific clinical needs of the U.S. Medical Center for Federal Prisoners. Any performance issues or supply chain disruptions by the contractor would represent a risk to the continuity of essential medical testing services.

How effective is the Federal Prison System's procurement process in securing necessary medical equipment like these analyzers?

The Federal Prison System's (FPS) procurement process, as demonstrated by this award, appears effective in securing necessary medical equipment through established federal acquisition channels. The use of a Blanket Purchase Agreement (BPA) against a Federal Supply Schedule (FSS) or similar established contract vehicle, followed by a BPA call under full and open competition, suggests a structured approach to meeting recurring needs. This method allows for pre-vetted vendors and competitive pricing within the framework of an existing contract. The successful award of this contract indicates the FPS can identify needs, solicit competitive bids, and finalize agreements for critical medical devices, ensuring operational continuity for its healthcare facilities.

What are the historical spending patterns for hemoglobin A1C analyzers within the Department of Justice or Bureau of Prisons?

Analyzing historical spending patterns for hemoglobin A1C analyzers within the Department of Justice (DOJ) or Bureau of Prisons (BOP) would provide context for the current $390,000 award. This would involve querying federal procurement databases for past contracts related to these specific devices, noting the number of awards, contract values, durations, and awarded vendors over several fiscal years. Understanding whether this is a recurring purchase, the typical volume of analyzers procured, and the average price paid historically would help determine if the current contract represents an increase, decrease, or stable level of spending. It would also reveal trends in vendor selection and competition over time.

Industry Classification

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

Product/Service Code: INSTRUMENTS AND LABORATORY EQPT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2823 GIRTS RD, JAMESTOWN, NY, 14701

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

Financial Breakdown

Contract Ceiling: $3,900

Exercised Options: $3,900

Current Obligation: $3,900

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 15B41423A00000036

IDV Type: BPA

Timeline

Start Date: 2026-02-01

Current End Date: 2026-04-09

Potential End Date: 2026-04-09 00:00:00

Last Modified: 2026-04-09

More Contracts from Biopool U.S., Inc.

View all Biopool U.S., Inc. federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending