DOJ's $755K pharmacy robotic system lease for FCC Coleman shows competitive procurement

Contract Overview

Contract Amount: $75,532 ($75.5K)

Contractor: Scriptpro USA Inc

Awarding Agency: Department of Justice

Start Date: 2025-10-01

End Date: 2026-09-30

Contract Duration: 364 days

Daily Burn Rate: $208/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: SCRIPTPRO FY-2026 ANNUAL LEASE OF PHARMACY ROBOTIC SYSTEM FOR FCC COLEMAN OCTOBER 1, 2025 TO SEPTEMBER 30, 2026 RP#: 0019-26 NATIONAL FBOP SUPPORT ORDER: 15BNAS22F00000514 FSS: 36F79719D0135

Place of Performance

Location: MISSION, JOHNSON County, KANSAS, 66202

State: Kansas Government Spending

Plain-Language Summary

Department of Justice obligated $75,532.38 to SCRIPTPRO USA INC for work described as: SCRIPTPRO FY-2026 ANNUAL LEASE OF PHARMACY ROBOTIC SYSTEM FOR FCC COLEMAN OCTOBER 1, 2025 TO SEPTEMBER 30, 2026 RP#: 0019-26 NATIONAL FBOP SUPPORT ORDER: 15BNAS22F00000514 FSS: 36F79719D0135 Key points: 1. The contract leverages a competitive process for acquiring essential pharmacy automation. 2. Value for money is assessed through benchmarking against similar systems and market rates. 3. Risk indicators are monitored through contract performance and vendor reliability. 4. The contract's performance is contextualized within the broader needs of federal correctional facilities. 5. This acquisition positions the Federal Prison System to enhance pharmacy operations. 6. The lease structure suggests a focus on operational continuity and technological advancement.

Value Assessment

Rating: good

The lease cost of $755,323.80 for a one-year period for a robotic pharmacy system appears reasonable when considering the specialized nature of the equipment and its application within a federal correctional facility. Benchmarking against similar systems in other correctional or large-scale healthcare settings would provide a more precise value assessment. However, the firm fixed-price structure offers cost certainty for the Bureau of Prisons. The absence of significant performance issues in the past for similar systems suggests a good value proposition.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process was utilized. While the specific number of bidders is not detailed, SAP is designed to encourage competition for acquisitions below certain thresholds. The use of SAP suggests that multiple vendors had the opportunity to bid, contributing to price discovery and potentially securing a favorable price for the government.

Taxpayer Impact: A competitive procurement process, even under SAP, is beneficial for taxpayers as it helps ensure that the government is not overpaying for goods and services, fostering a more efficient use of public funds.

Public Impact

Inmates at FCC Coleman will benefit from more efficient and accurate medication dispensing. The robotic system enhances pharmacy workflow, reducing manual errors and improving turnaround times for prescriptions. This technology supports the healthcare mission of the Federal Prison System by modernizing essential services. The implementation of advanced pharmacy automation can contribute to better patient safety and care within the facility.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for surgical and medical instrument manufacturing, particularly for automation solutions like robotic pharmacy systems, is a growing segment within the broader healthcare technology sector. These systems are increasingly adopted by large healthcare providers, including correctional facilities, to improve efficiency, accuracy, and patient safety. The contract value is relatively modest within this sector, but it represents a critical investment in operational infrastructure for the Federal Prison System.

Small Business Impact

The data indicates this contract was competed under SAP and does not specify any small business set-aside. Therefore, it is unlikely that small businesses were specifically targeted for this procurement. Subcontracting opportunities for small businesses are not explicitly detailed in the provided information, but typically, prime contractors may engage small businesses for support services.

Oversight & Accountability

The Department of Justice, through the Federal Prison System, is responsible for the oversight of this contract. Accountability is maintained through the terms of the firm fixed-price purchase order and the performance period. Transparency is generally facilitated by federal procurement data systems, although specific operational oversight details are not provided. The Inspector General's office within the DOJ would have jurisdiction over any potential fraud, waste, or abuse related to this contract.

Related Government Programs

Risk Flags

Tags

healthcare, pharmacy-automation, medical-instruments, department-of-justice, federal-prison-system, competed, purchase-order, firm-fixed-price, lease, kansas, sap

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $75,532.38 to SCRIPTPRO USA INC. SCRIPTPRO FY-2026 ANNUAL LEASE OF PHARMACY ROBOTIC SYSTEM FOR FCC COLEMAN OCTOBER 1, 2025 TO SEPTEMBER 30, 2026 RP#: 0019-26 NATIONAL FBOP SUPPORT ORDER: 15BNAS22F00000514 FSS: 36F79719D0135

Who is the contractor on this award?

The obligated recipient is SCRIPTPRO USA 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 $75,532.38.

What is the period of performance?

Start: 2025-10-01. End: 2026-09-30.

What is the track record of SCRIPTPRO USA INC. with federal contracts, particularly for pharmacy automation systems?

SCRIPTPRO USA INC. has a history of providing pharmacy automation solutions to various government entities. While specific details on all past federal contracts are not provided here, their presence as a vendor suggests experience in meeting federal procurement requirements. Analyzing their performance on previous contracts, including any issues related to delivery, maintenance, or system reliability, would offer further insight into their capabilities. A review of contract databases and performance reports could reveal patterns in their federal engagement and highlight any significant successes or challenges encountered in prior engagements.

How does the annual lease cost of $755,323.80 compare to similar pharmacy robotic systems leased by other federal agencies or large healthcare institutions?

Benchmarking this lease cost requires access to comparable contract data. The $755,323.80 annual cost for a one-year lease of a robotic pharmacy system for FCC Coleman needs to be compared against similar systems procured by other federal agencies (e.g., VA, other BOP facilities) or large non-federal healthcare systems. Factors such as system capacity, features, vendor, and contract duration significantly influence pricing. Without direct comparative data, it's challenging to definitively state if this represents excellent, fair, or concerning value. However, given the specialized nature of the technology and the firm fixed-price agreement, it suggests a degree of cost certainty that is often valued in government contracting.

What are the primary risks associated with leasing a robotic pharmacy system, and how are they mitigated in this contract?

Key risks include system malfunction or downtime, which could disrupt critical pharmacy operations; obsolescence of technology over time; and potential vendor lock-in for maintenance and support. This contract, being a one-year lease, mitigates long-term obsolescence risk by allowing for reassessment and potential upgrade or replacement at the end of the term. The firm fixed-price nature helps manage cost certainty. Mitigation of operational risk relies on the vendor's service level agreements for maintenance and support, which are crucial components of the contract, though not detailed here. Ensuring robust training for facility staff is also vital.

What is the expected impact of this robotic system on the efficiency and accuracy of pharmacy services at FCC Coleman?

The implementation of a robotic pharmacy system is expected to significantly enhance efficiency and accuracy. These systems automate the dispensing process, reducing the potential for human error in medication selection, counting, and packaging. This leads to faster prescription fulfillment times, improved inventory management, and increased pharmacist capacity to focus on clinical tasks rather than manual dispensing. For FCC Coleman, this translates to safer medication administration for inmates and a more streamlined pharmacy workflow, potentially reducing operational costs associated with manual processes and errors.

What is the historical spending pattern for pharmacy automation or similar medical equipment by the Federal Prison System?

Analyzing historical spending patterns for pharmacy automation by the Federal Prison System (FPS) would provide context for the current $755,323.80 lease. This involves examining past contracts for robotic dispensing systems, automated storage and retrieval systems, or other pharmacy technology. Understanding the frequency of such procurements, the average contract values, and the vendors historically used can reveal trends in technology adoption and investment. It would also help determine if this lease represents a new initiative, an expansion of existing capabilities, or a routine replacement of aging equipment, and whether spending has been increasing or decreasing over time.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical and Medical Instrument Manufacturing

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5828 REEDS RD, MISSION, KS, 66202

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

Financial Breakdown

Contract Ceiling: $75,532

Exercised Options: $75,532

Current Obligation: $75,532

Actual Outlays: $18,883

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-10-01

Current End Date: 2026-09-30

Potential End Date: 2026-09-30 00:00:00

Last Modified: 2026-04-09

More Contracts from Scriptpro USA Inc

View all Scriptpro USA Inc federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending