HHS Awards Princeton Biomeditech $28.7M for OTC COVID-19 Tests
Contract Overview
Contract Amount: $28,728,000 ($28.7M)
Contractor: Princeton Biomeditech Corp
Awarding Agency: Department of Health and Human Services
Start Date: 2023-09-20
End Date: 2025-03-19
Contract Duration: 546 days
Daily Burn Rate: $52.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: OVER THE COUNTER (OTC) COVID-19 TESTS
Place of Performance
Location: MONMOUTH JUNCTION, MIDDLESEX County, NEW JERSEY, 08852
Plain-Language Summary
Department of Health and Human Services obligated $28.7 million to PRINCETON BIOMEDITECH CORP for work described as: OVER THE COUNTER (OTC) COVID-19 TESTS Key points: 1. Significant contract value for diagnostic supplies. 2. Sole-source award raises competition concerns. 3. Potential for price overpayment due to limited competition. 4. Focus on critical public health preparedness.
Value Assessment
Rating: fair
The contract value of $28.7M for OTC COVID-19 tests appears substantial. Without comparable contract data or a competitive bidding process, it is difficult to definitively assess if this pricing is optimal or if it represents a fair market value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This limits price discovery and negotiation opportunities, potentially leading to higher costs for taxpayers compared to a competitive procurement.
Taxpayer Impact: The lack of competition may result in taxpayers paying a premium for these essential public health supplies.
Public Impact
Ensures availability of critical COVID-19 testing supplies. Supports public health infrastructure and response capabilities. Potential for increased costs impacts overall pandemic preparedness budget.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Sole-source award
- Lack of competition
- Potential for overpricing
Positive Signals
- Addresses critical public health need
- Ensures supply chain for diagnostics
Sector Analysis
The healthcare sector, particularly in diagnostics and medical supplies, often sees significant government spending, especially during public health emergencies. Benchmarks for similar diagnostic supply contracts can vary widely based on complexity and volume.
Small Business Impact
There is no indication in the provided data whether small businesses were involved in this procurement, either as prime contractors or subcontractors. Further investigation would be needed to assess small business participation.
Oversight & Accountability
The contract is managed by the Office of Assistant Secretary for Preparedness and Response (ASPR), a key agency for public health emergencies. Oversight should focus on ensuring delivery, quality, and value for money, especially given the sole-source nature.
Related Government Programs
- In-Vitro Diagnostic Substance Manufacturing
- Department of Health and Human Services Contracting
- Office of Assistant Secretary for Preparedness and Response Programs
Risk Flags
- Sole-source award limits price competition.
- Potential for inflated pricing.
- Lack of transparency in procurement method.
- Dependence on a single supplier.
Tags
in-vitro-diagnostic-substance-manufactur, department-of-health-and-human-services, nj, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $28.7 million to PRINCETON BIOMEDITECH CORP. OVER THE COUNTER (OTC) COVID-19 TESTS
Who is the contractor on this award?
The obligated recipient is PRINCETON BIOMEDITECH CORP.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Office of Assistant Secretary for Preparedness and Response).
What is the total obligated amount?
The obligated amount is $28.7 million.
What is the period of performance?
Start: 2023-09-20. End: 2025-03-19.
What is the justification for the sole-source award, and were alternative competitive strategies considered?
The justification for a sole-source award is crucial for understanding why competition was bypassed. Agencies typically cite urgency, unique capabilities, or lack of market availability. Without this justification, it's difficult to assess if the government received the best possible value or if taxpayer funds were used efficiently.
How does the per-unit cost of these OTC COVID-19 tests compare to similar government or commercial contracts awarded competitively?
Comparing the per-unit cost to competitively awarded contracts is essential for value assessment. If this sole-source contract's unit price is significantly higher, it suggests potential overpayment and a missed opportunity for cost savings. This comparison helps determine if the government secured a fair price for the supplies.
What are the performance metrics and quality control measures in place to ensure the effectiveness and reliability of these tests?
Robust performance metrics and quality control are vital for public health supplies. Ensuring the tests meet FDA standards and perform accurately is paramount. The contract should clearly define these measures and the consequences for non-compliance to safeguard public health and taxpayer investment.
Industry Classification
NAICS: Manufacturing › Pharmaceutical and Medicine Manufacturing › In-Vitro Diagnostic Substance Manufacturing
Product/Service Code: INSTRUMENTS AND LABORATORY EQPT
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Solicitation ID: 75A50223C00045
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4242 US HIGHWAY 1, MONMOUTH JUNCTION, NJ, 08852
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $28,728,000
Exercised Options: $28,728,000
Current Obligation: $28,728,000
Actual Outlays: $28,728,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-20
Current End Date: 2025-03-19
Potential End Date: 2025-03-19 00:00:00
Last Modified: 2024-11-06
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →