Pharmacy technician services contract awarded to Prime Physicians Tri Providers LLC for $438,767.84

Contract Overview

Contract Amount: $438,768 ($438.8K)

Contractor: Prime Physicians TRI Providers LLC

Awarding Agency: Department of Health and Human Services

Start Date: 2025-05-22

End Date: 2027-06-30

Contract Duration: 769 days

Daily Burn Rate: $571/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: PHARMACY TECHNICIAN NON PERSONAL HEALTHCARE SERVICES AT THE TAOS PICURIS SERVICE UNIT

Place of Performance

Location: MESCALERO, OTERO County, NEW MEXICO, 88340

State: New Mexico Government Spending

Plain-Language Summary

Department of Health and Human Services obligated $438,767.84 to PRIME PHYSICIANS TRI PROVIDERS LLC for work described as: PHARMACY TECHNICIAN NON PERSONAL HEALTHCARE SERVICES AT THE TAOS PICURIS SERVICE UNIT Key points: 1. The contract value appears reasonable for the duration and scope of services. 2. Competition dynamics indicate a competitive bidding process was utilized. 3. Risk indicators are low given the fixed-price nature and established service provider. 4. Performance context suggests a need for ongoing pharmacy support at the Taos Picuris Service Unit. 5. Sector positioning places this contract within the broader healthcare services for federal agencies.

Value Assessment

Rating: good

The contract value of approximately $438,767 over 769 days suggests a daily rate of around $570. This rate appears competitive when benchmarked against similar non-personal healthcare services contracts for specialized technician support. The firm-fixed-price structure helps control costs and provides predictability for the agency. Without specific per-unit service data, a precise value-for-money assessment is challenging, but the overall contract size seems appropriate for the stated services.

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 employed for awards below certain thresholds. With three bidders participating, the level of competition suggests that multiple firms were aware of and interested in providing these services. This competition likely contributed to achieving a fair market price for the pharmacy technician support.

Taxpayer Impact: The competitive nature of this award is beneficial for taxpayers, as it helps ensure that the government is not overpaying for essential healthcare support services.

Public Impact

Beneficiaries include patients of the Taos Picuris Service Unit, who will receive essential pharmacy support. Services delivered include non-personal healthcare support related to pharmacy operations. Geographic impact is focused on the Taos Picuris Service Unit in New Mexico. Workforce implications involve the provision of specialized technician services, potentially augmenting existing healthcare staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the healthcare services sector, specifically focusing on support roles within pharmacy operations. The market for healthcare support services is substantial, with federal agencies like the Indian Health Service frequently contracting for specialized medical and administrative personnel. Benchmarks for similar non-personal healthcare services vary widely based on specialization and location, but the awarded amount appears within a typical range for technician-level support.

Small Business Impact

Information regarding small business set-asides or subcontracting plans was not explicitly provided in the data. However, the contract was competed under SAP, which can include provisions for small business participation. Further analysis would be needed to determine if small businesses were involved as prime contractors or subcontractors in this specific award.

Oversight & Accountability

Oversight for this contract would typically fall under the Indian Health Service, a division of the Department of Health and Human Services. Standard contract management procedures, performance monitoring, and quality assurance measures are expected to be in place. Transparency is generally maintained through contract databases, though specific performance metrics are often internal.

Related Government Programs

Risk Flags

Tags

healthcare, pharmacy-technician, non-personal-services, indian-health-service, department-of-health-and-human-services, new-mexico, competed-under-sap, purchase-order, firm-fixed-price, medium-value-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Health and Human Services awarded $438,767.84 to PRIME PHYSICIANS TRI PROVIDERS LLC. PHARMACY TECHNICIAN NON PERSONAL HEALTHCARE SERVICES AT THE TAOS PICURIS SERVICE UNIT

Who is the contractor on this award?

The obligated recipient is PRIME PHYSICIANS TRI PROVIDERS LLC.

Which agency awarded this contract?

Awarding agency: Department of Health and Human Services (Indian Health Service).

What is the total obligated amount?

The obligated amount is $438,767.84.

What is the period of performance?

Start: 2025-05-22. End: 2027-06-30.

What is the specific scope of 'non-personal healthcare services' expected from the pharmacy technician?

Non-personal healthcare services, in this context, typically refer to services provided by an individual or entity that are not integrated into the government's own healthcare delivery system. For a pharmacy technician, this could include tasks such as dispensing medications under the supervision of a licensed pharmacist, managing inventory, preparing sterile compounds (if qualified and permitted), maintaining patient records related to prescriptions, and ensuring compliance with pharmacy regulations. The 'non-personal' aspect means the contractor's personnel are employees of Prime Physicians Tri Providers LLC, not federal employees, and they operate under the contractor's management structure while fulfilling the contract's requirements for the agency.

How does the contract duration of 769 days compare to typical pharmacy technician support contracts?

A contract duration of 769 days, approximately two years, is fairly standard for service contracts of this nature. Federal agencies often prefer contract periods that allow for consistent service delivery without the administrative burden of frequent re-competition. Longer durations, especially when coupled with options, can provide stability for both the agency and the contractor. However, shorter durations might be chosen if the agency is testing a new service model or if there are significant uncertainties about future needs or funding. For pharmacy technician support, a two-year term offers a reasonable balance between continuity and flexibility.

What are the potential risks associated with a firm-fixed-price contract for pharmacy technician services?

The primary risk with a firm-fixed-price (FFP) contract is that the contractor may incur costs exceeding the agreed-upon price, potentially leading to reduced profit margins or, in extreme cases, contractor default. For pharmacy technician services, this could arise from unexpected increases in labor costs, unforeseen complexities in service delivery, or increased patient volume beyond initial projections. Conversely, the government's risk is that the contractor might cut corners on quality or service levels to protect their profit margin if costs escalate. Robust performance monitoring and clear quality standards are crucial to mitigate these risks under an FFP arrangement.

What is the historical spending pattern for pharmacy technician services at the Taos Picuris Service Unit?

Analyzing historical spending patterns for pharmacy technician services at the Taos Picuris Service Unit would require access to past contract awards and spending data for this specific location and service type. Without that data, it's impossible to provide a precise historical context. However, the current award of $438,767.84 over approximately two years suggests a consistent need for these services. If previous contracts were of similar value and duration, it indicates a stable requirement. Significant deviations from past spending could signal changes in service demand, scope, or market pricing.

How does the number of bidders (3) impact the price discovery for this contract?

Having three bidders generally indicates a healthy level of competition for a contract competed under Simplified Acquisition Procedures (SAP). While more bidders could potentially drive prices lower, three offers typically provide sufficient market visibility to ensure fair pricing. It suggests that the opportunity was known and attractive enough for multiple firms to invest resources in preparing proposals. This level of competition allows the agency to compare offers and select the best value, balancing price with technical qualifications and past performance, thereby aiding in effective price discovery.

Industry Classification

NAICS: Health Care and Social AssistanceOffices of Other Health PractitionersOffices of All Other Miscellaneous Health Practitioners

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

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 75H70725Q00090

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 330 DAKOTA DUNES BLVD STE 400, NORTH SIOUX CITY, SD, 57049

Business Categories: Category Business, Limited Liability Corporation, Minority Owned Business, Native American Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $1,224,335

Exercised Options: $438,768

Current Obligation: $438,768

Actual Outlays: $32,610

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-05-22

Current End Date: 2027-06-30

Potential End Date: 2030-06-30 00:00:00

Last Modified: 2026-04-03

More Contracts from Prime Physicians TRI Providers LLC

View all Prime Physicians TRI Providers LLC federal contracts →

Other Department of Health and Human Services Contracts

View all Department of Health and Human Services contracts →

Explore Related Government Spending