Interior awards $84.5K for jumbo toilet paper, highlighting stationery product manufacturing needs
Contract Overview
Contract Amount: $84,500 ($84.5K)
Contractor: Sterile Services CO
Awarding Agency: Department of the Interior
Start Date: 2026-04-07
End Date: 2026-07-15
Contract Duration: 99 days
Daily Burn Rate: $854/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 14
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 2500 CASES OF 9" JUMBO TOILET PAPER, BRAND NAME OF EQUAL TO SKILCRAFT NSN# 8540-01-590-9073
Place of Performance
Location: MIAMI, MIAMI-DADE County, FLORIDA, 33127
State: Florida Government Spending
Plain-Language Summary
Department of the Interior obligated $84,500 to STERILE SERVICES CO for work described as: 2500 CASES OF 9" JUMBO TOILET PAPER, BRAND NAME OF EQUAL TO SKILCRAFT NSN# 8540-01-590-9073 Key points: 1. The contract value appears reasonable for the quantity of specialized toilet paper ordered. 2. Full and open competition was utilized, suggesting a competitive bidding process. 3. The contract duration is relatively short, indicating a focused need. 4. The product is a specific NSN item, suggesting standardization and potential for bulk purchasing efficiencies. 5. The award is for a specific type of stationery product, fitting within a broader manufacturing category.
Value Assessment
Rating: good
The contract value of $84,500 for 2500 cases of jumbo toilet paper translates to $33.80 per case. This price point seems competitive for specialized, brand-name equivalent items, especially considering the NSN requirement. Benchmarking against similar government contracts for janitorial supplies suggests this pricing is within the expected range for bulk, standardized items.
Cost Per Unit: $33.80 per case
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The presence of 14 bids suggests a healthy level of competition for this requirement. This broad competition is generally favorable for price discovery and ensuring the government receives competitive pricing.
Taxpayer Impact: The use of full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that drives down costs.
Public Impact
This contract directly benefits the National Park Service by ensuring adequate supplies for facilities. The service delivered is the provision of essential janitorial supplies, specifically toilet paper. The geographic impact is focused on Florida, where the supplies will be distributed and used. There are no direct workforce implications mentioned, but it supports the stationery product manufacturing sector.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for overstocking if demand fluctuates unexpectedly.
- Reliance on a single NSN could limit flexibility if alternative, more cost-effective products become available.
Positive Signals
- Standardized product (NSN) ensures consistent quality and compatibility.
- Full and open competition likely secured a favorable price.
- Short contract duration minimizes long-term financial commitment.
Sector Analysis
The stationery product manufacturing sector (NAICS 322230) encompasses a wide range of paper-based goods. This contract falls within the sub-segment of janitorial and facility supplies. Government spending in this area is consistent, driven by the ongoing need for essential supplies across various agencies. Comparable spending benchmarks for janitorial supplies often show significant volume purchasing, making NSN standardization a common practice.
Small Business Impact
The data indicates that small business participation was not a specific set-aside for this contract, as the 'ss' (small business set-aside) field is false. There is no explicit mention of subcontracting requirements for small businesses. The award to 'STERILE SERVICES CO' does not provide enough information to determine its size status or impact on the broader small business ecosystem without further investigation.
Oversight & Accountability
Oversight for this contract would typically fall under the contracting officer and the National Park Service's procurement division within the Department of the Interior. Accountability measures are inherent in the firm-fixed-price contract type, requiring delivery of specified goods. Transparency is facilitated by the public nature of federal contract awards, allowing for review of basic contract details.
Related Government Programs
- General Services Administration (GSA) Schedules
- Federal Supply Schedule (FSS) contracts
- Janitorial and Sanitation Supplies Procurement
- Stationery and Office Supplies Contracts
Risk Flags
- Potential for price volatility in paper products.
- Reliance on specific NSN may limit future sourcing options.
- Short delivery window requires efficient logistics.
Tags
janitorial-supplies, toilet-paper, department-of-the-interior, national-park-service, firm-fixed-price, delivery-order, full-and-open-competition, stationery-product-manufacturing, florida, nsn-item
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $84,500 to STERILE SERVICES CO. 2500 CASES OF 9" JUMBO TOILET PAPER, BRAND NAME OF EQUAL TO SKILCRAFT NSN# 8540-01-590-9073
Who is the contractor on this award?
The obligated recipient is STERILE SERVICES CO.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $84,500.
What is the period of performance?
Start: 2026-04-07. End: 2026-07-15.
What is the track record of Sterile Services Co. in fulfilling government contracts, particularly for janitorial supplies?
Information regarding the specific track record of 'STERILE SERVICES CO' in fulfilling government contracts is not detailed in the provided data. To assess their performance, one would need to examine past contract awards, performance evaluations (e.g., Contractor Performance Assessment Reporting System - CPARS), and any history of contract disputes or terminations. A review of federal procurement databases like SAM.gov or FPDS would be necessary to identify previous awards and their associated performance history. Without this external data, it's difficult to gauge their reliability and experience specifically with janitorial supplies for federal agencies.
How does the price per case compare to commercially available jumbo toilet paper of similar quality?
The price per case of $33.80 for 9" jumbo toilet paper is a key metric for value assessment. To compare this to commercial rates, one would need to research bulk pricing for similar-sized, high-ply jumbo toilet paper rolls from major commercial suppliers (e.g., Costco Business Center, Uline, Staples Business Advantage). Factors such as brand name, ply count, roll length, and quantity purchased significantly influence commercial pricing. Government contracts often benefit from bulk purchasing power, but direct comparison requires careful matching of product specifications and purchase volumes. If commercial bulk pricing for equivalent products is substantially lower, it could indicate a potential overpayment, though factors like delivery logistics and specific NSN requirements for government use can justify price differences.
What are the specific quality standards or requirements associated with NSN# 8540-01-590-9073?
The National Stock Number (NSN) 8540-01-590-9073 identifies a specific item within the federal supply system, ensuring standardization and interchangeability. While the data specifies 'BRAND NAME OF EQUAL TO SKILCRAFT', the NSN itself implies adherence to certain military or federal specifications regarding dimensions, material, absorbency, ply, and packaging. Detailed technical specifications for an NSN are typically available through official military or government logistics databases (e.g., the Defense Logistics Agency's Assured Compliance Assessment Program - ACAP). These specifications ensure that the product meets the performance and quality requirements deemed necessary for government operations, potentially including environmental or durability standards beyond typical commercial offerings.
What is the typical annual spending by the Department of the Interior or National Park Service on janitorial and paper products?
Determining the precise annual spending on janitorial and paper products by the Department of the Interior (DOI) or the National Park Service (NPS) requires a comprehensive analysis of historical contract data. This would involve querying federal procurement databases (like FPDS or SAM.gov) for contracts awarded under relevant NAICS codes (e.g., 322230 - Stationery Product Manufacturing, 424930 - Paper and Paper Product Merchant Wholesalers) and product service codes (PSCs) related to janitorial supplies and paper goods. Analyzing spending trends over several fiscal years would reveal patterns and the typical scale of such procurements. This contract for toilet paper represents a small fraction of the overall potential spending on facility maintenance and supplies across the vast network of national parks and DOI facilities.
Are there any known risks associated with the supply chain for this specific type of jumbo toilet paper?
The primary risks associated with the supply chain for this specific type of jumbo toilet paper would likely revolve around general commodity price fluctuations, potential manufacturing disruptions, and transportation logistics. As a standardized item (NSN), the supply chain might be more robust due to established government procurement channels and potentially fewer manufacturers capable of meeting the exact specifications. However, reliance on specific manufacturers or raw material availability (e.g., pulp) can introduce vulnerabilities. The short delivery window (April 7 to July 15, 2026) also implies a need for timely production and distribution, making disruptions more impactful. Assessing specific risks would require investigating the primary manufacturers and their supply chain resilience.
Industry Classification
NAICS: Manufacturing › Converted Paper Product Manufacturing › Stationery Product Manufacturing
Product/Service Code: TOILETRIES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 14
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 445 NW 54TH ST, MIAMI, FL, 33127
Business Categories: 8(a) Program Participant, Black American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Economically Disadvantaged Women Owned Small Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $84,500
Exercised Options: $84,500
Current Obligation: $84,500
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QSEA19D0002
IDV Type: FSS
Timeline
Start Date: 2026-04-07
Current End Date: 2026-07-15
Potential End Date: 2026-07-15 00:00:00
Last Modified: 2026-04-07
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.)