VA awards $56M for electrophoresis immunofixation reagents, with delivery orders extending through late 2025
Contract Overview
Contract Amount: $55,954 ($56.0K)
Contractor: Helena Laboratories Corporation
Awarding Agency: Department of Veterans Affairs
Start Date: 2024-12-01
End Date: 2025-11-30
Contract Duration: 364 days
Daily Burn Rate: $154/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: ELECTROPHORESIS IMMUNOFIXATION CPRR
Place of Performance
Location: BEAUMONT, JEFFERSON County, TEXAS, 77707
State: Texas Government Spending
Plain-Language Summary
Department of Veterans Affairs obligated $55,954.28 to HELENA LABORATORIES CORPORATION for work described as: ELECTROPHORESIS IMMUNOFIXATION CPRR Key points: 1. Contract value appears reasonable given the specialized nature of diagnostic reagents. 2. Competition dynamics suggest a potentially healthy market for these specific laboratory supplies. 3. Performance risk is moderate, tied to timely delivery and product quality. 4. This contract supports essential laboratory functions within the VA healthcare system. 5. The supplier is a recognized entity in the in-vitro diagnostics sector. 6. Spending is concentrated in Texas, indicating a specific regional need or distribution hub.
Value Assessment
Rating: good
The contract value of approximately $56 million over its period of performance is within a reasonable range for specialized in-vitro diagnostic reagents. Benchmarking against similar contracts for electrophoresis immunofixation supplies is challenging without more granular data on specific reagent types and quantities. However, the firm fixed-price structure suggests that the VA has negotiated a set price, which aids in cost predictability. The supplier, HELENA LABORATORIES CORPORATION, is a known entity in this market, implying a degree of established pricing and quality.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was competed under the Simplified Acquisition Procedures (SAP), indicating that it likely involved a competitive process among multiple vendors. While the specific number of bidders is not provided, the 'COMPETED UNDER SAP' designation suggests that the VA sought offers from qualified sources. This level of competition, even under SAP, generally promotes price discovery and encourages vendors to offer competitive pricing to secure the award.
Taxpayer Impact: The competitive nature of this award, even under simplified procedures, is beneficial for taxpayers as it likely resulted in a more favorable price than a sole-source procurement.
Public Impact
Veterans receiving diagnostic testing services benefit from the availability of these essential reagents. The contract ensures the supply of critical in-vitro diagnostic substances for laboratory analysis. The geographic impact is primarily focused on Texas, where the contract is managed. Workforce implications include support for laboratory technicians and medical professionals who utilize these products.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for supply chain disruptions impacting critical diagnostic services.
- Ensuring consistent product quality and efficacy of reagents over the contract term.
- Dependence on a single supplier for a specific category of diagnostic materials.
Positive Signals
- Supplier is an established manufacturer in the diagnostics field.
- Firm fixed-price contract provides cost certainty for the VA.
- Competitive bidding process likely secured favorable pricing.
Sector Analysis
The market for in-vitro diagnostic reagents is a significant segment of the broader healthcare industry, driven by the increasing demand for accurate and timely disease diagnosis. Electrophoresis and immunofixation are specialized laboratory techniques used to identify and quantify specific proteins in biological samples, crucial for diagnosing conditions like multiple myeloma and other immune disorders. Spending in this area is characterized by a mix of large, established manufacturers and smaller, specialized suppliers. The VA's procurement of these reagents fits within the essential medical supplies category, supporting diagnostic capabilities within its healthcare facilities.
Small Business Impact
The provided data does not indicate any specific small business set-aside or subcontracting requirements for this contract. Given the specialized nature of manufacturing in-vitro diagnostic reagents, it is possible that the primary supplier is a larger entity. Further analysis would be needed to determine if opportunities exist for small businesses within the supply chain or for related support services.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Veterans Affairs' procurement and program management offices. The firm fixed-price nature of the contract provides a degree of financial oversight by locking in costs. Accountability measures would include performance monitoring against delivery schedules and product specifications. Transparency is facilitated by the public nature of federal contract awards, though detailed operational oversight specifics are not publicly disclosed.
Related Government Programs
- Medical Supplies and Equipment
- Laboratory and Diagnostic Equipment
- In-Vitro Diagnostic Substances
- Healthcare Services
Risk Flags
- Supply Chain Risk
- Product Quality Assurance
- Delivery Schedule Adherence
Tags
healthcare, department-of-veterans-affairs, medical-supplies, diagnostic-reagents, competed-under-sap, firm-fixed-price, delivery-order, texas, in-vitro-diagnostics, laboratory-supplies
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $55,954.28 to HELENA LABORATORIES CORPORATION. ELECTROPHORESIS IMMUNOFIXATION CPRR
Who is the contractor on this award?
The obligated recipient is HELENA LABORATORIES CORPORATION.
Which agency awarded this contract?
Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).
What is the total obligated amount?
The obligated amount is $55,954.28.
What is the period of performance?
Start: 2024-12-01. End: 2025-11-30.
What is the historical spending pattern for electrophoresis immunofixation reagents by the Department of Veterans Affairs?
Analyzing historical spending for electrophoresis immunofixation reagents by the VA requires access to detailed contract databases over multiple fiscal years. Without specific historical data for this precise category, it's difficult to establish a trend. However, general trends in VA medical supply procurement show consistent investment in diagnostic tools and reagents to support veteran healthcare. Factors influencing historical spending would include changes in diagnostic methodologies, the prevalence of specific diseases requiring these tests, and budget allocations for medical services. A comprehensive review of past solicitations and awards for similar products would be necessary to identify patterns in contract values, durations, and awarded vendors.
How does the unit cost of these reagents compare to commercial market rates or other federal agencies?
Determining the precise unit cost comparison for these electrophoresis immunofixation reagents is challenging without knowing the specific product codes and quantities purchased under this contract. The provided data aggregates the total award value. However, the 'COMPETED UNDER SAP' designation suggests a competitive process that likely yielded prices aligned with market rates. To perform a detailed comparison, one would need to identify the specific reagents (e.g., specific antibodies, buffers, standards) and their corresponding unit prices from this contract and benchmark them against catalog prices from HELENA LABORATORIES CORPORATION and other suppliers, as well as against similar contracts awarded by other federal agencies like the Department of Defense or HHS.
What is the track record of HELENA LABORATORIES CORPORATION in fulfilling federal contracts, particularly for diagnostic reagents?
HELENA LABORATORIES CORPORATION has a history of supplying medical and laboratory equipment, including diagnostic reagents, to various federal agencies. Their track record in fulfilling federal contracts can be assessed by reviewing past performance evaluations, contract award histories, and any reported instances of contract disputes or terminations. As a known entity in the in-vitro diagnostics market, they likely have established processes for quality control and delivery. A deeper dive into contract databases like FPDS or SAM.gov would reveal the volume and types of contracts they have held with the government, their performance ratings, and their overall reliability as a federal supplier.
What are the potential risks associated with the performance of this contract, and how are they mitigated?
Potential risks for this contract include supply chain disruptions, product quality issues, and delivery delays. Given that these are specialized reagents, reliance on specific manufacturing processes and raw materials can introduce vulnerabilities. Mitigation strategies employed by the VA would typically involve clear performance standards in the contract, requiring adherence to quality control protocols (e.g., ISO certifications), and establishing delivery schedules with penalties for non-compliance. The firm fixed-price nature also incentivizes the contractor to manage their own risks effectively to maintain profitability. Regular communication and performance monitoring by the contracting officer are crucial.
How does this contract align with the VA's broader strategy for laboratory services and diagnostic testing for veterans?
This contract directly supports the VA's broader strategy by ensuring the consistent availability of essential diagnostic reagents required for patient care. Electrophoresis immunofixation is a critical diagnostic tool for identifying and monitoring various diseases, including certain cancers and autoimmune disorders, which are prevalent among the veteran population. By securing a reliable supply of these reagents, the VA can maintain the operational capacity of its laboratories, enabling timely and accurate diagnoses. This procurement aligns with the VA's commitment to providing comprehensive healthcare services and leveraging advanced diagnostic capabilities to improve health outcomes for veterans.
Industry Classification
NAICS: Manufacturing › Pharmaceutical and Medicine Manufacturing › In-Vitro Diagnostic Substance Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1530 LINDBERGH DR, BEAUMONT, TX, 77707
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $55,954
Exercised Options: $55,954
Current Obligation: $55,954
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 36C25723D0009
IDV Type: IDC
Timeline
Start Date: 2024-12-01
Current End Date: 2025-11-30
Potential End Date: 2025-11-30 00:00:00
Last Modified: 2026-04-10
More Contracts from Helena Laboratories Corporation
- Electrophoresis Agreement — $23.0K (Department of Veterans Affairs)
View all Helena Laboratories Corporation federal contracts →
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)