VA awards $15.7M for TYVASO (EMERGENCY) pharmaceuticals, a 7-day purchase order

Contract Overview

Contract Amount: $15,746 ($15.7K)

Contractor: Priority Healthcare Distribution Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-04-09

End Date: 2026-04-16

Contract Duration: 7 days

Daily Burn Rate: $2.2K/day

Competition Type: NOT COMPETED UNDER SAP

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Healthcare

Official Description: TYVASO (EMERGENCY)

Place of Performance

Location: LAKE MARY, SEMINOLE County, FLORIDA, 32746

State: Florida Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $15,746.12 to PRIORITY HEALTHCARE DISTRIBUTION INC for work described as: TYVASO (EMERGENCY) Key points: 1. This contract represents a rapid, short-term procurement for essential pharmaceutical supplies. 2. The emergency nature suggests a critical need, potentially impacting patient care if unmet. 3. The sole-source award mechanism warrants scrutiny regarding justification and potential cost implications. 4. Limited duration indicates a tactical response rather than a strategic, long-term supply solution. 5. The specific pharmaceutical, TYVASO, is critical for certain patient treatment protocols. 6. The award to PRIORITY HEALTHCARE DISTRIBUTION INC highlights a key supplier in the VA's pharmaceutical network.

Value Assessment

Rating: questionable

The contract value of $15.7 million for a 7-day supply of TYVASO (EMERGENCY) appears high, especially given the short duration. Without comparable emergency procurements or detailed cost breakdowns, it's difficult to benchmark the value for money. The lack of competition further complicates a precise assessment of pricing fairness. However, the urgency of an emergency supply might necessitate premium pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This contract was awarded as a sole-source purchase order, meaning it was not competed. The justification for a sole-source award, particularly in an emergency context, needs to be thoroughly documented to ensure that alternative sources were not viable or available in the required timeframe. The absence of competition limits the VA's ability to leverage market forces for potentially better pricing or terms.

Taxpayer Impact: Sole-source awards can lead to higher costs for taxpayers as there is no competitive pressure to drive down prices. This is particularly concerning for emergency procurements where the need is immediate and the justification for bypassing competition is often based on exigency.

Public Impact

Veterans requiring TYVASO for critical medical conditions will benefit from the timely availability of this medication. The services delivered are the provision of emergency pharmaceutical supplies. The geographic impact is primarily within the VA healthcare system, serving veterans nationwide. Workforce implications are minimal, primarily related to the distribution and administration of the medication.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of competition raises concerns about potential overpricing for an emergency supply.
  • Short contract duration may indicate a reactive approach rather than proactive supply chain management.
  • The specific justification for a sole-source award in an emergency needs clear documentation to ensure accountability.

Positive Signals

  • Ensures immediate availability of a critical medication for veterans in an emergency situation.
  • Rapid fulfillment of a time-sensitive need demonstrates responsiveness to urgent healthcare requirements.
  • Leverages an existing distribution channel for pharmaceuticals, potentially streamlining delivery.

Sector Analysis

The pharmaceutical manufacturing and distribution sector is characterized by high regulatory standards, complex supply chains, and significant R&D investment. Federal agencies, particularly the Department of Veterans Affairs, are major purchasers of pharmaceuticals to serve the healthcare needs of veterans. This contract falls within the broader healthcare and pharmaceutical supply chain, where emergency procurements are sometimes necessary to address unforeseen shortages or critical patient needs. Comparable spending benchmarks are difficult to establish due to the emergency and sole-source nature of this specific award.

Small Business Impact

This contract does not appear to involve a small business set-aside. As a sole-source award for emergency pharmaceuticals, the focus is on immediate availability rather than small business participation. There is no indication of subcontracting opportunities for small businesses within this specific emergency purchase order.

Oversight & Accountability

Oversight for this contract would primarily fall under the Department of Veterans Affairs' internal procurement and financial oversight mechanisms. Given it's a sole-source award, the justification and necessity of the emergency procurement would be subject to review. Transparency is limited due to the lack of a competitive bidding process. The VA Office of Inspector General may investigate if any improprieties are suspected.

Related Government Programs

  • VA Pharmaceutical Prime Vendor Program
  • Emergency Medical Supplies Procurement
  • Department of Defense Pharmaceutical Contracts
  • Strategic National Stockpile Pharmaceuticals

Risk Flags

  • Sole-source award justification
  • High per-unit cost potential
  • Short-term emergency nature

Tags

healthcare, pharmaceuticals, department-of-veterans-affairs, emergency-procurement, sole-source, purchase-order, short-duration, florida, critical-medication

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $15,746.12 to PRIORITY HEALTHCARE DISTRIBUTION INC. TYVASO (EMERGENCY)

Who is the contractor on this award?

The obligated recipient is PRIORITY HEALTHCARE DISTRIBUTION 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 $15,746.12.

What is the period of performance?

Start: 2026-04-09. End: 2026-04-16.

What is the specific medical condition TYVASO is intended to treat, and why is it considered an emergency supply in this context?

TYVASO (treprostinil) is a medication used to treat pulmonary arterial hypertension (PAH). In this context, 'emergency' likely refers to an urgent need to replenish stock or address an immediate patient requirement that cannot wait for a standard procurement cycle. This could stem from unexpected demand surges, supply chain disruptions affecting regular inventory, or a critical patient case requiring immediate administration. The specific justification would be detailed in the sole-source award documentation, outlining the critical nature of the need and the inability to secure the medication through other means within the required timeframe.

What is the typical market price or contract value for TYVASO, and how does this $15.7 million for 7 days compare?

Determining a precise 'market price' for a specific pharmaceutical like TYVASO is complex due to varying contract terms, volumes, and discounts negotiated between manufacturers, distributors, and healthcare providers. However, $15.7 million for a 7-day supply is exceptionally high, suggesting either an extremely high per-unit cost or a very large quantity being procured for emergency purposes. Standard contracts for such medications are often longer-term and negotiated with competitive pricing. This emergency, sole-source award likely carries a premium. Without access to the specific quantity and unit pricing, a direct comparison is difficult, but the value appears disproportionate for a short duration, warranting further investigation into the necessity and pricing justification.

What is the track record of PRIORITY HEALTHCARE DISTRIBUTION INC with the Department of Veterans Affairs?

PRIORITY HEALTHCARE DISTRIBUTION INC is a known entity within the federal healthcare supply chain, often involved in distributing pharmaceuticals and medical supplies. A review of federal procurement data would reveal their history of awards with the VA and other agencies. Their participation in numerous contracts suggests a capacity to meet federal demands. However, the nature of those past contracts (competitive vs. sole-source, duration, value) and performance history would be crucial for a comprehensive assessment of their reliability and pricing competitiveness in non-emergency situations.

What are the risks associated with sole-source emergency pharmaceutical procurements for the VA?

Sole-source emergency pharmaceutical procurements carry several risks for the VA. Firstly, the lack of competition can lead to significantly higher costs for taxpayers, as the contractor faces no pressure to offer competitive pricing. Secondly, it limits the VA's ability to explore alternative suppliers or formulations that might be more cost-effective or readily available. Thirdly, it can create a dependency on a single supplier, potentially weakening the VA's negotiating position in the future. Finally, without robust justification and oversight, sole-source awards can be susceptible to abuse or may not represent the best value for the government.

How does this contract align with the VA's overall pharmaceutical spending and supply chain strategy?

This contract represents a tactical, short-term response to an immediate need rather than a strategic, long-term supply chain decision. The VA typically manages its pharmaceutical needs through larger, competitively awarded prime vendor contracts and formulary management systems designed for cost-effectiveness and consistent availability. Emergency, sole-source awards like this are exceptions, used when standard processes cannot meet critical, time-sensitive requirements. While necessary in certain situations, frequent reliance on such contracts could indicate potential weaknesses in forecasting, inventory management, or supplier relationships within the broader VA pharmaceutical strategy.

Industry Classification

NAICS: ManufacturingPharmaceutical and Medicine ManufacturingPharmaceutical Preparation Manufacturing

Product/Service Code: MEDICAL/DENTAL/VETERINARY EQPT/SUPP

Competition & Pricing

Extent Competed: NOT COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 255 TECHNOLOGY PARK, LAKE MARY, FL, 32746

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

Financial Breakdown

Contract Ceiling: $15,746

Exercised Options: $15,746

Current Obligation: $15,746

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2026-04-09

Current End Date: 2026-04-16

Potential End Date: 2026-04-16 00:00:00

Last Modified: 2026-04-10

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending