HHS awards $26.9M for COVID-19 antigen tests, highlighting a sole-source procurement for Ellume USA
Contract Overview
Contract Amount: $26,900,000 ($26.9M)
Contractor: Ellume USA LLC
Awarding Agency: Department of Health and Human Services
Start Date: 2020-09-30
End Date: 2023-03-29
Contract Duration: 910 days
Daily Burn Rate: $29.6K/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Healthcare
Official Description: RADX-TECH - ELLUME USA, LLC POINT-OF-CARE COVID-19 ANTIGEN TEST FOR THE DIRECT DETECTION OF THE SARS COV-2 VIRUS.
Place of Performance
Location: VALENCIA, LOS ANGELES County, CALIFORNIA, 91355
Plain-Language Summary
Department of Health and Human Services obligated $26.9 million to ELLUME USA LLC for work described as: RADX-TECH - ELLUME USA, LLC POINT-OF-CARE COVID-19 ANTIGEN TEST FOR THE DIRECT DETECTION OF THE SARS COV-2 VIRUS. Key points: 1. The contract value of $26.9 million represents a significant investment in point-of-care diagnostic tools. 2. The sole-source nature of this award warrants scrutiny regarding the justification for limited competition. 3. Performance duration of 910 days suggests a substantial, long-term need for these testing supplies. 4. The procurement falls under analytical laboratory instrument manufacturing, indicating a focus on diagnostic technology. 5. The fixed-price contract type aims to provide cost certainty for the government. 6. The absence of small business set-asides or subcontracting requirements may limit broader economic participation.
Value Assessment
Rating: fair
The contract value of $26.9 million for COVID-19 antigen tests appears substantial. Benchmarking this against similar sole-source procurements for diagnostic equipment during the pandemic is challenging due to unique market conditions and urgency. Without competitive bids, it's difficult to definitively assess if the pricing represents optimal value for money. However, the firm fixed-price structure provides cost predictability.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was awarded on a sole-source basis, meaning it was not competed. The justification for this approach is not detailed in the provided data, but it typically implies that only one responsible source was available or that the urgency of the requirement precluded full and open competition. The lack of multiple bidders means there was no direct price comparison or negotiation driven by market forces.
Taxpayer Impact: Sole-source awards can potentially lead to higher costs for taxpayers as the government does not benefit from the price reductions typically achieved through competitive bidding processes.
Public Impact
The primary beneficiaries are likely public health initiatives and healthcare providers requiring rapid COVID-19 testing capabilities. The services delivered include the provision of point-of-care COVID-19 antigen tests for direct SARS-CoV-2 virus detection. The geographic impact is likely national, supporting the broader public health response to the pandemic. Workforce implications may include support for laboratory personnel and healthcare professionals administering the tests.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition raises concerns about potential overpayment and reduced innovation.
- Sole-source awards can create dependency on a single supplier, posing supply chain risks.
- Absence of small business participation limits opportunities for smaller firms in the diagnostic sector.
Positive Signals
- The contract addresses a critical public health need for rapid diagnostic testing.
- The firm fixed-price contract provides budget certainty for the awarded amount.
- The duration of the contract suggests a sustained commitment to addressing the pandemic.
Sector Analysis
The procurement falls within the Analytical Laboratory Instrument Manufacturing sector, a critical component of the broader healthcare and life sciences industry. This sector is characterized by innovation, stringent regulatory requirements, and significant government investment, particularly during public health emergencies. The market for diagnostic tests, especially for infectious diseases like COVID-19, experienced rapid growth and intense demand during the pandemic. Comparable spending benchmarks are difficult to establish precisely due to the unique circumstances, but significant federal investment in testing solutions was observed across various agencies.
Small Business Impact
This contract does not appear to include specific provisions for small business set-asides, nor is there information indicating subcontracting requirements. The sole-source nature of the award further limits the potential for small businesses to participate in this specific contract. This could mean missed opportunities for small businesses within the diagnostic manufacturing and supply chain ecosystem to contribute to this federal procurement.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Health and Human Services (HHS) and its relevant contracting officers and program managers. Transparency is facilitated through contract databases like FPDS. Accountability measures are inherent in the contract terms, including delivery schedules and product specifications. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.
Related Government Programs
- COVID-19 Testing Supplies
- Point-of-Care Diagnostics
- Public Health Emergency Response
- Diagnostic Instrument Manufacturing
- Antigen Test Kits
Risk Flags
- Sole-source award lacks competitive justification.
- Potential for higher costs due to lack of competition.
- No small business participation noted.
- Limited transparency on specific performance metrics.
Tags
healthcare, hhs, national-institutes-of-health, definitive-contract, large-contract, sole-source, firm-fixed-price, diagnostic-tests, covid-19, analytical-laboratory-instrument-manufacturing, california, usa
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $26.9 million to ELLUME USA LLC. RADX-TECH - ELLUME USA, LLC POINT-OF-CARE COVID-19 ANTIGEN TEST FOR THE DIRECT DETECTION OF THE SARS COV-2 VIRUS.
Who is the contractor on this award?
The obligated recipient is ELLUME USA LLC.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (National Institutes of Health).
What is the total obligated amount?
The obligated amount is $26.9 million.
What is the period of performance?
Start: 2020-09-30. End: 2023-03-29.
What is the specific justification provided by NIH for awarding this contract on a sole-source basis to Ellume USA LLC?
The provided data does not include the specific justification for the sole-source award. Typically, sole-source procurements are justified under circumstances such as only one responsible source being available, or when an urgent and compelling need exists that cannot be met through competitive means. For a contract of this magnitude and duration, a detailed justification would normally be required by federal acquisition regulations, outlining why full and open competition was not feasible or appropriate. Further investigation into the contract file or agency announcements would be necessary to ascertain the precise rationale.
How does the unit cost of these Ellume COVID-19 antigen tests compare to other similar tests procured by the government or available on the commercial market during the contract period?
The provided data does not include the unit cost of the tests, only the total contract value ($26.9 million) and the number of contract actions (1). Without knowing the quantity of tests procured under this contract, a direct unit cost comparison is impossible. Benchmarking would require accessing detailed pricing information and comparing it against other government contracts for similar antigen tests or against prevailing market prices during the 2020-2023 period. Given the sole-source nature, it is plausible that the unit cost may not have benefited from competitive pressures, but a definitive assessment requires more granular pricing data.
What are the key performance indicators (KPIs) and quality control measures associated with the Ellume COVID-19 antigen tests procured under this contract?
The provided data does not specify the key performance indicators (KPIs) or quality control measures for the Ellume COVID-19 antigen tests. However, for any diagnostic test procured by the Department of Health and Human Services (HHS), particularly for a critical application like COVID-19 detection, stringent quality standards are expected. These would typically include requirements related to test sensitivity, specificity, accuracy, stability, ease of use, and compliance with FDA regulations (e.g., Emergency Use Authorization). The contract likely includes clauses related to product quality, acceptance testing, and potentially reporting of performance data.
What was the historical spending by HHS on COVID-19 diagnostic tests prior to and during the period of this contract (2020-2023)?
The provided data focuses solely on this specific $26.9 million contract. To assess historical spending by HHS on COVID-19 diagnostic tests, a broader analysis of federal procurement data would be required. During the 2020-2023 period, HHS, along with other agencies like the Department of Defense and the Veterans Affairs, made substantial investments in various types of COVID-19 testing, including PCR, antigen, and antibody tests. This spending encompassed research and development, procurement of test kits, and related equipment. The total federal expenditure on COVID-19 testing during this timeframe ran into billions of dollars, reflecting the scale of the pandemic response.
What is Ellume USA LLC's track record with federal contracts, particularly in the area of diagnostic testing and public health?
The provided data indicates this is a significant contract for Ellume USA LLC with HHS. A comprehensive assessment of Ellume's track record would involve reviewing their contract history across all federal agencies. This would include examining past performance on similar diagnostic products, adherence to delivery schedules, quality of goods provided, and any history of contract disputes or performance issues. Given Ellume's role in providing COVID-19 tests, their performance during the pandemic, including this contract, would be a key indicator of their capabilities and reliability in meeting federal requirements for public health emergencies.
Industry Classification
NAICS: Manufacturing › Navigational, Measuring, Electromedical, and Control Instruments Manufacturing › Analytical Laboratory Instrument Manufacturing
Product/Service Code: MEDICAL SERVICES › LABORATORY TESTING SERVICES
Competition & Pricing
Extent Competed: NOT COMPETED
Solicitation Procedures: ONLY ONE SOURCE
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 25350 MAGIC MOUNTAIN PKWY STE 300, VALENCIA, CA, 91355
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations
Financial Breakdown
Contract Ceiling: $26,900,000
Exercised Options: $26,900,000
Current Obligation: $26,900,000
Actual Outlays: $26,900,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Timeline
Start Date: 2020-09-30
Current End Date: 2023-03-29
Potential End Date: 2023-03-29 00:00:00
Last Modified: 2025-05-28
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 →