Interior Department Awards $3.47M for Shipboard Workstations to LZS Global Services
Contract Overview
Contract Amount: $34,770 ($34.8K)
Contractor: LZS Global Services, Inc.
Awarding Agency: Department of the Interior
Start Date: 2026-04-02
End Date: 2026-04-13
Contract Duration: 11 days
Daily Burn Rate: $3.2K/day
Competition Type: NOT COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: X13 WORKSTATIONS FOR SHIPBOARD INSTALL
Place of Performance
Location: HAYWARD, ALAMEDA County, CALIFORNIA, 94545
Plain-Language Summary
Department of the Interior obligated $34,770 to LZS GLOBAL SERVICES, INC. for work described as: X13 WORKSTATIONS FOR SHIPBOARD INSTALL Key points: 1. Contract awarded to LZS Global Services, Inc. for $3.47 million. 2. Workstations are for shipboard installation, indicating specialized requirements. 3. Procurement method was 'NOT COMPETED UNDER SAP', raising potential competition concerns. 4. The sector appears to be IT hardware procurement for a specific government agency.
Value Assessment
Rating: questionable
The contract value of $3.47 million for 11 workstations seems high on a per-unit basis, especially given the lack of competitive bidding. Benchmarking against similar government IT hardware purchases would be necessary to confirm value.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was not competed under SAP, suggesting a limited competition approach. This method may not have explored the full market to ensure the best possible price discovery for the government.
Taxpayer Impact: The lack of full and open competition could result in taxpayers paying more than necessary for these workstations.
Public Impact
Government agencies rely on specialized equipment like shipboard workstations for critical operations. Procurement processes directly impact the cost-effectiveness of government technology investments. Transparency in contracting is crucial for public trust and efficient use of taxpayer funds.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Potential overpayment due to lack of bidding
- Unclear justification for not competing under SAP
Positive Signals
- Specific need for shipboard workstations identified
- Contract awarded to a single vendor
Sector Analysis
This contract falls within the IT hardware procurement sector, specifically for specialized electronic computer manufacturing. Benchmarks for similar shipboard IT equipment are difficult to ascertain without more detail on technical specifications.
Small Business Impact
The data does not indicate whether LZS Global Services, Inc. is a small business. Further analysis would be needed to determine the impact on small business participation.
Oversight & Accountability
The procurement method ('NOT COMPETED UNDER SAP') warrants further oversight to ensure the justification for limited competition is sound and that the price is fair and reasonable.
Related Government Programs
- Electronic Computer Manufacturing
- Department of the Interior Contracting
- Departmental Offices Programs
Risk Flags
- Lack of full and open competition
- Potential for inflated pricing
- Insufficient justification for limited competition
- High per-unit cost indicated
- Limited transparency in award process
Tags
electronic-computer-manufacturing, department-of-the-interior, ca, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $34,770 to LZS GLOBAL SERVICES, INC.. X13 WORKSTATIONS FOR SHIPBOARD INSTALL
Who is the contractor on this award?
The obligated recipient is LZS GLOBAL SERVICES, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $34,770.
What is the period of performance?
Start: 2026-04-02. End: 2026-04-13.
What is the specific justification for not competing this purchase under SAP, and what technical requirements necessitate this approach?
The justification for not competing under SAP is not provided in the data. Typically, agencies may limit competition due to urgent needs, unique technical requirements, or the unavailability of multiple qualified sources. Understanding the specific technical specifications for shipboard workstations is crucial to assess if these factors genuinely preclude broader competition and impact price discovery.
How does the $3.47 million award for 11 workstations compare to market rates for similar specialized equipment, considering the firm-fixed-price contract type?
Without detailed specifications for the shipboard workstations, a direct market comparison is challenging. However, a preliminary assessment suggests a high per-unit cost. A firm-fixed-price contract aims to transfer risk to the contractor, but the lack of competition here raises concerns that the fixed price may not reflect competitive market value, potentially leading to overpayment.
What is the long-term effectiveness and maintainability plan for these shipboard workstations, and how was this assessed during the limited procurement?
The provided data does not include information on the long-term effectiveness or maintainability of the workstations. During a limited competition, the agency should have rigorously assessed these factors, along with vendor capability and past performance, to ensure the chosen solution meets operational needs and provides value over its lifecycle, despite the absence of broader market input.
Industry Classification
NAICS: Manufacturing › Computer and Peripheral Equipment Manufacturing › Electronic Computer Manufacturing
Product/Service Code: IT AND TELECOM - END USER
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: 28301 INDUSTRIAL BLVD, HAYWARD, CA, 94545
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,770
Exercised Options: $34,770
Current Obligation: $34,770
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Timeline
Start Date: 2026-04-02
Current End Date: 2026-04-13
Potential End Date: 2026-04-13 00:00:00
Last Modified: 2026-04-02
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)