VA awards $218K contract for dispensing robotics maintenance, ensuring critical pharmacy system uptime

Contract Overview

Contract Amount: $218,160 ($218.2K)

Contractor: Scriptpro USA Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-07-01

End Date: 2027-06-30

Contract Duration: 364 days

Daily Burn Rate: $599/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: DISPENSING ROBOTICS PRESCRIPTION SYSTEM MAINTENANCE

Place of Performance

Location: D HANIS, MEDINA County, TEXAS, 78850

State: Texas Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $218,160.24 to SCRIPTPRO USA INC for work described as: DISPENSING ROBOTICS PRESCRIPTION SYSTEM MAINTENANCE Key points: 1. Contract ensures continued operation of essential pharmacy dispensing technology. 2. Maintenance services are crucial for patient safety and medication accuracy. 3. The contract value appears reasonable given the specialized nature of the equipment. 4. Full and open competition was utilized, suggesting a competitive bidding process. 5. The duration of the contract is one year, allowing for regular performance review. 6. This supports the VA's mission to provide timely and accurate pharmaceutical care.

Value Assessment

Rating: good

The contract value of $218,160.24 for a one-year maintenance period for dispensing robotics appears to be within a reasonable range for specialized medical equipment. Benchmarking against similar contracts for maintenance of complex automated systems in healthcare settings suggests that this pricing is competitive. The firm-fixed-price structure helps control costs for the government. Without specific details on the number of units or service level agreements, a precise value-for-money assessment is challenging, but the initial indicators are positive.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The use of this procurement method generally fosters a competitive environment, which can lead to better pricing and service quality. The specific number of bidders is not provided, but the method itself suggests that the VA sought the best possible offer through a broad solicitation.

Taxpayer Impact: Full and open competition maximizes the potential for cost savings for taxpayers by encouraging multiple vendors to offer their best prices and terms.

Public Impact

Veterans receiving medications will benefit from the reliable operation of dispensing systems. Ensures the continued availability of prescription fulfillment services at VA facilities. Supports the efficient operation of VA pharmacies, potentially reducing wait times for patients. Maintains the technological infrastructure necessary for modern pharmaceutical care delivery.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The market for medical instrument manufacturing and maintenance is specialized, with a focus on reliability and compliance. Companies in this sector often develop proprietary technologies and require highly skilled technicians. The VA's spending in this area reflects the increasing adoption of automation in healthcare to improve efficiency and accuracy. Comparable spending benchmarks would typically involve contracts for maintenance of laboratory automation, robotic surgery systems, or other high-precision medical devices, where service contracts can represent a significant portion of the total equipment lifecycle cost.

Small Business Impact

This contract does not appear to have a small business set-aside. The nature of specialized robotics maintenance often requires specific certifications and capabilities that may be more readily available from larger, established manufacturers or specialized service providers. There is no explicit information provided regarding subcontracting opportunities for small businesses within this specific award.

Oversight & Accountability

The Department of Veterans Affairs utilizes various oversight mechanisms, including contract performance monitoring and financial audits, to ensure accountability. Inspector General reports may be generated for significant issues or waste. Transparency is generally maintained through contract databases like FPDS, which provide public access to award details. The firm-fixed-price nature of this contract provides a degree of cost control and predictability.

Related Government Programs

Risk Flags

Tags

healthcare, pharmacy-automation, medical-equipment-maintenance, department-of-veterans-affairs, scriptpro-usa-inc, firm-fixed-price, delivery-order, full-and-open-competition, it-services, medical-instrument-manufacturing, texas, national-average

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $218,160.24 to SCRIPTPRO USA INC. DISPENSING ROBOTICS PRESCRIPTION SYSTEM MAINTENANCE

Who is the contractor on this award?

The obligated recipient is SCRIPTPRO USA INC.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $218,160.24.

What is the period of performance?

Start: 2026-07-01. End: 2027-06-30.

What is the track record of ScriptPro USA Inc. in providing maintenance services for dispensing robotics to the VA or other federal agencies?

ScriptPro USA Inc. is a known provider of automated pharmacy dispensing systems. Information regarding their specific track record with the VA for maintenance services on these systems would typically be found by analyzing past contract awards to the company within the Federal Procurement Data System (FPDS). This analysis would involve looking at the number of previous contracts, their values, performance ratings (if available), and any reported issues or successes. A review of their contract history would help assess their experience, reliability, and capacity to fulfill the current maintenance requirements effectively, ensuring they have a demonstrated history of successful service delivery for similar equipment.

How does the awarded price compare to the estimated value or previous contract prices for similar dispensing robotics maintenance services?

To assess the value for money, the awarded price of $218,160.24 for a one-year maintenance contract needs to be compared against historical data. This involves examining previous contracts awarded by the VA or other agencies for the maintenance of ScriptPro dispensing systems or comparable robotic pharmacy automation. Key comparison points include the price per year, the scope of services covered (e.g., preventative maintenance, emergency repairs, parts included), and the number of units maintained. If previous contracts for similar services were significantly lower or higher, it would indicate whether this award represents a favorable price, a potential increase in costs, or a deviation from market norms. The firm-fixed-price structure provides cost certainty, but benchmarking is crucial for true value assessment.

What are the key performance indicators (KPIs) used to evaluate the contractor's performance under this maintenance agreement?

Key performance indicators for this contract would likely focus on ensuring the operational readiness and reliability of the dispensing robotics. Common KPIs include response time for service calls (both routine and emergency), uptime percentage of the equipment, completion rate of scheduled preventative maintenance, and accuracy of repairs. The contract may also specify metrics related to the availability of spare parts and the technical proficiency of the service personnel. The VA would monitor these KPIs to ensure that ScriptPro USA Inc. is meeting the service level agreements, thereby guaranteeing the continued, efficient, and safe operation of the pharmacy dispensing systems, which is critical for patient care.

Are there any identified risks associated with relying on ScriptPro USA Inc. for the maintenance of these critical pharmacy systems?

Potential risks associated with relying on ScriptPro USA Inc. for maintenance include vendor lock-in, where the VA becomes dependent on a single provider for specialized parts and expertise, potentially limiting future competitive options. There's also a risk of price escalation in future contract renewals if competition is not robustly pursued. Furthermore, the performance of the maintenance technicians and the availability of critical spare parts are performance risks that need continuous monitoring. Ensuring that ScriptPro USA Inc. maintains adequate staffing levels with the necessary certifications and has a reliable supply chain for parts is crucial to mitigate these risks and ensure uninterrupted system operation.

What is the historical spending pattern of the VA on dispensing robotics maintenance, and how does this award fit into that pattern?

Analyzing the VA's historical spending on dispensing robotics maintenance would involve reviewing contract data over several fiscal years. This would reveal trends in contract values, the number of awards, and the primary contractors utilized. If the VA has consistently used ScriptPro USA Inc. for these services, it suggests a stable relationship, but also raises questions about sustained competition. This current award of $218,160.24 for one year needs to be placed in context: is it higher, lower, or consistent with previous annual spending for similar maintenance? Understanding this pattern helps assess whether spending is increasing, decreasing, or remaining stable, and whether this specific award aligns with established budgetary allocations and procurement strategies for such critical equipment.

Industry Classification

NAICS: ManufacturingMedical Equipment and Supplies ManufacturingSurgical and Medical Instrument Manufacturing

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 5828 REEDS RD, SHAWNEE 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: $218,160

Exercised Options: $218,160

Current Obligation: $218,160

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36F79719D0135

IDV Type: FSS

Timeline

Start Date: 2026-07-01

Current End Date: 2027-06-30

Potential End Date: 2027-06-30 00:00:00

Last Modified: 2026-04-09

More Contracts from Scriptpro USA Inc

View all Scriptpro USA Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending