DOJ's $9.7M Pharmacist Services Contract Awarded to Soliant Physician Staffing LLC

Contract Overview

Contract Amount: $9,677 ($9.7K)

Contractor: Soliant Physician Staffing LLC

Awarding Agency: Department of Justice

Start Date: 2026-04-01

End Date: 2026-06-30

Contract Duration: 90 days

Daily Burn Rate: $108/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: FY26 B1 RIDGEMONT PHARMACIST QTR 3

Place of Performance

Location: MARION, WILLIAMSON County, ILLINOIS, 62959

State: Illinois Government Spending

Plain-Language Summary

Department of Justice obligated $9,676.8 to SOLIANT PHYSICIAN STAFFING LLC for work described as: FY26 B1 RIDGEMONT PHARMACIST QTR 3 Key points: 1. Value for money assessed against market rates for temporary pharmacist staffing. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators include reliance on temporary staffing and potential for service disruption. 4. Performance context is critical for ensuring continuity of care within federal facilities. 5. Sector positioning within healthcare services highlights the need for specialized medical personnel.

Value Assessment

Rating: fair

The contract value of $9.7 million for a 3-month period suggests a high per-diem rate for pharmacist services. Benchmarking against similar temporary healthcare staffing contracts is necessary to determine if this represents a competitive price. The firm-fixed-price structure provides cost certainty, but the short duration may limit opportunities for economies of scale. Further analysis of the specific qualifications and experience required for these pharmacists would inform a more precise value assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that multiple vendors were eligible to bid. The presence of 3 bidders suggests a moderate level of competition for this specific requirement. While full and open competition is generally preferred for price discovery, the limited number of bidders might suggest niche market conditions or specific qualification requirements that narrowed the field.

Taxpayer Impact: A competitive bidding process helps ensure that taxpayer dollars are used efficiently by encouraging vendors to offer their best pricing. The full and open nature of this award suggests that the government sought to maximize this benefit.

Public Impact

Federal inmates in Bureau of Prisons facilities will benefit from continued access to essential pharmacy services. The contract ensures the delivery of pharmaceutical care, including medication dispensing and consultation. The geographic impact is concentrated in Illinois, where the services are to be performed. Workforce implications include the provision of temporary staffing to fill critical roles within federal correctional healthcare.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The healthcare staffing sector, particularly temporary and specialized medical personnel, is a significant area of federal spending. Contracts for healthcare professionals within correctional facilities are crucial for maintaining inmate health and meeting constitutional standards. This contract fits within the broader category of federal healthcare services procurement, which often involves competitive bidding for specialized roles to ensure quality and cost-effectiveness.

Small Business Impact

The data indicates this contract was not set aside for small businesses, nor does it explicitly mention subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem appears limited unless the prime contractor voluntarily engages small business subcontractors. Further review of the contract's subcontracting plan would be needed for a definitive assessment.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of Justice's Bureau of Prisons contracting and program management officials. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified services. Transparency is generally maintained through contract award databases, though specific performance metrics and oversight reports may not always be publicly accessible.

Related Government Programs

Risk Flags

Tags

healthcare, pharmacy-services, temporary-staffing, department-of-justice, bureau-of-prisons, illinois, full-and-open-competition, firm-fixed-price, delivery-order, medical-personnel

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $9,676.8 to SOLIANT PHYSICIAN STAFFING LLC. FY26 B1 RIDGEMONT PHARMACIST QTR 3

Who is the contractor on this award?

The obligated recipient is SOLIANT PHYSICIAN STAFFING LLC.

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 $9,676.8.

What is the period of performance?

Start: 2026-04-01. End: 2026-06-30.

What is the historical spending pattern for pharmacist services at the Bureau of Prisons, and how does this award compare?

Analyzing historical spending for pharmacist services at the Bureau of Prisons (BOP) requires accessing detailed procurement data over multiple fiscal years. Typically, the BOP procures such services through various contract vehicles, including indefinite-delivery/indefinite-quantity (IDIQ) contracts and specific delivery orders like this one. Comparing this $9.7 million award for a 3-month period requires looking at the average annual spending on similar services, the number of contracts awarded, and the average duration and value of those contracts. If the BOP has historically relied on longer-term contracts or different staffing models, this short-term, high-value award might indicate a shift in strategy or an urgent need. Without specific historical data, it's difficult to definitively state how this award compares, but its significant value for a short duration warrants scrutiny regarding cost-effectiveness and potential for recurring needs.

What specific qualifications and experience are required for the pharmacists under this contract, and how do they justify the potential per-unit cost?

The contract details do not specify the exact qualifications and experience required for the pharmacists. However, given the setting within federal correctional facilities, it is likely that pharmacists must possess active state licenses, a Doctor of Pharmacy (Pharm.D.) degree, and potentially specialized training or experience in areas such as correctional healthcare, pain management, or infectious diseases. The per-unit cost, while not explicitly stated, can be inferred from the total award ($9.7M) and the duration (90 days). If we assume a team of, for example, 20 pharmacists working full-time, the daily cost per pharmacist would be substantial. High per-unit costs can be justified by the need for specialized skills, the challenging work environment of correctional facilities, the requirement for immediate availability, and the premium often associated with temporary staffing solutions. A detailed breakdown of required certifications, years of experience, and specific duties would be necessary for a precise justification.

How does the firm-fixed-price (FFP) contract type mitigate risks for the government in this temporary staffing scenario?

A Firm-Fixed-Price (FFP) contract type is generally advantageous for the government as it shifts the risk of cost overruns to the contractor. In this scenario, Soliant Physician Staffing LLC is obligated to provide the agreed-upon pharmacist services for the total contract price of $9.7 million, regardless of their actual costs incurred. This mitigates the risk for the Department of Justice (DOJ) concerning fluctuating labor costs, overtime expenses, or unforeseen operational challenges faced by the contractor. The government's financial exposure is capped, providing budget certainty. However, the risk shifts to the contractor to manage their resources efficiently to remain profitable. If the contractor underestimates costs or faces unexpected difficulties, they bear the financial burden, which could potentially impact service continuity if not managed properly.

What are the potential implications of awarding a 3-month contract for essential pharmacy services?

Awarding a 3-month contract for essential pharmacy services, as seen with this DOJ contract, can have several implications. Firstly, it suggests an immediate or short-term need, possibly to cover a gap caused by attrition, a surge in demand, or the transition between longer-term contracts. This short duration may lead to higher per-diem or hourly rates compared to longer-term agreements, as contractors factor in the costs of mobilization and the lack of guaranteed follow-on work. Secondly, it can result in less continuity of care for patients, as temporary staff may require more time for onboarding and may not develop the same level of institutional knowledge as permanent staff. Finally, it could indicate a potential for recurring short-term needs, which might warrant a review of the long-term staffing strategy for federal prison pharmacies.

Given the 'full and open competition' and 3 bidders, what does this suggest about the market for temporary pharmacist staffing in federal correctional facilities?

The fact that this contract was awarded under 'full and open competition' with three bidders suggests a moderately competitive market for temporary pharmacist staffing within federal correctional facilities. 'Full and open competition' implies that all responsible sources were permitted to submit offers, indicating the government did not restrict the pool of potential contractors. The presence of three bidders suggests that there are at least a few companies capable of meeting the specific requirements and willing to compete for this type of work. However, three bidders might also indicate that the market is somewhat specialized or that the contract's geographic scope or duration limits the number of interested parties. It's a positive sign for price discovery compared to a sole-source award, but further analysis of the number of potential bidders versus actual bidders could provide deeper insights into market saturation and competition intensity.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesEmployment ServicesTemporary Help Services

Product/Service Code: MEDICAL SERVICESMEDICAL, DENTAL, AND SURGICAL SVCS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1979 LAKESIDE PKWY STE 800, TUCKER, GA, 30084

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

Financial Breakdown

Contract Ceiling: $9,677

Exercised Options: $9,677

Current Obligation: $9,677

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: V797P7276A

IDV Type: FSS

Timeline

Start Date: 2026-04-01

Current End Date: 2026-06-30

Potential End Date: 2026-06-30 00:00:00

Last Modified: 2026-04-07

More Contracts from Soliant Physician Staffing LLC

View all Soliant Physician Staffing LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending