NIH Awards $222K for Autogen Flex STARR Repair, Lacking Competition
Contract Overview
Contract Amount: $22,248 ($22.2K)
Contractor: Autogen Inc.
Awarding Agency: Department of Health and Human Services
Start Date: 2026-04-10
End Date: 2027-04-09
Contract Duration: 364 days
Daily Burn Rate: $61/day
Competition Type: NOT COMPETED
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: SERVICE AGREEMENT ON AUTOGEN FLEX STARR SERIAL NUMBER 485017
Place of Performance
Location: BETHESDA, MONTGOMERY County, MARYLAND, 20892
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $22,248 to AUTOGEN INC. for work described as: SERVICE AGREEMENT ON AUTOGEN FLEX STARR SERIAL NUMBER 485017 Key points: 1. Contract awarded to AUTOGEN INC. for electronic equipment repair. 2. Significant portion of spending is on maintenance and repair services. 3. Lack of competition raises concerns about price discovery. 4. The contract is for a 1-year duration with a firm fixed price. 5. Geographic location is Maryland.
Value Assessment
Rating: fair
The contract value of $222,480 for a 1-year service agreement appears reasonable for specialized equipment repair. However, without competitive bidding, it's difficult to definitively assess if this represents the best value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source or limited competition award. This approach can lead to higher prices as there is no market pressure to offer the most competitive rate.
Taxpayer Impact: Without competitive pricing, taxpayers may be paying more than necessary for these repair services.
Public Impact
Ensures continued operation of critical NIH research equipment. Supports specialized repair services for sensitive electronic components. Potential for increased costs due to lack of competitive bidding.
Waste & Efficiency Indicators
Waste Risk Score: 61 / 10
Warning Flags
- Lack of competition
- Potential for overpayment
Positive Signals
- Essential service for research continuity
- Firm fixed price contract limits cost overrun risk
Sector Analysis
This contract falls within the IT and Healthcare sectors, specifically for the repair and maintenance of electronic equipment. Benchmarks for similar repair services can vary widely based on equipment complexity and vendor.
Small Business Impact
There is no indication that small businesses were involved in this procurement, either as prime contractors or subcontractors. Further analysis would be needed to determine if small business set-aside goals were considered.
Oversight & Accountability
The award was made via a purchase order, which is a standard procurement instrument. Oversight would focus on ensuring the services rendered meet the contract's specifications and that the price remains fair.
Related Government Programs
- Electronic and Precision Equipment Repair and Maintenance
- Department of Health and Human Services Contracting
- National Institutes of Health Programs
Risk Flags
- Lack of competition
- Potential for inflated pricing
- Vendor dependency
- Limited transparency in price determination
Tags
electronic-and-precision-equipment-repai, department-of-health-and-human-services, md, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $22,248 to AUTOGEN INC.. SERVICE AGREEMENT ON AUTOGEN FLEX STARR SERIAL NUMBER 485017
Who is the contractor on this award?
The obligated recipient is AUTOGEN INC..
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 $22,248.
What is the period of performance?
Start: 2026-04-10. End: 2027-04-09.
What is the justification for not competing this service agreement, and what is the estimated cost savings if it were competed?
The justification for not competing this service agreement is not provided in the data. Typically, sole-source awards are made when only one vendor can provide the required service due to proprietary technology, unique expertise, or urgent need. Estimating cost savings from competition requires market research and comparison with similar services, which is not possible with the current data.
What are the specific risks associated with relying on a single vendor for critical equipment repair, and how are these risks mitigated?
The primary risks include potential price gouging, lack of service innovation, and vendor lock-in. Mitigation strategies could involve negotiating longer-term contracts with price caps, requiring vendor performance metrics, and actively seeking alternative solutions or developing in-house capabilities over time.
How does the firm fixed price structure impact the government's ability to ensure value for money in this non-competed contract?
A firm fixed price provides cost certainty for the government, protecting against cost overruns. However, in a non-competed scenario, it does not inherently guarantee value for money, as the price is set without competitive pressure. The government must still ensure the price is fair and reasonable through independent cost analysis or historical data.
Industry Classification
NAICS: Other Services (except Public Administration) › Electronic and Precision Equipment Repair and Maintenance › Electronic and Precision Equipment Repair and Maintenance
Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENT › MAINT, REPAIR, REBUILD OF EQUIPMENT
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: 84 OCTOBER HILL RD, HOLLISTON, MA, 01746
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $22,248
Exercised Options: $22,248
Current Obligation: $22,248
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-10
Current End Date: 2027-04-09
Potential End Date: 2027-04-09 00:00:00
Last Modified: 2026-04-09
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 →