VA Awards $2.3M Furniture Moving BPA to William Lowe & Sons Corp for 3 Years
Contract Overview
Contract Amount: $234,200 ($234.2K)
Contractor: William Lowe & Sons Corp
Awarding Agency: Department of Veterans Affairs
Start Date: 2026-04-13
End Date: 2027-04-12
Contract Duration: 364 days
Daily Burn Rate: $643/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 1
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: FURNITURE/EQUIPMENT STORING, MOVING AND INSTALLATION BPA
Place of Performance
Location: BROCKTON, PLYMOUTH County, MASSACHUSETTS, 02301
Plain-Language Summary
Department of Veterans Affairs obligated $234,200 to WILLIAM LOWE & SONS CORP for work described as: FURNITURE/EQUIPMENT STORING, MOVING AND INSTALLATION BPA Key points: 1. Contract awarded to William Lowe & Sons Corp for furniture, equipment storing, moving, and installation. 2. The BPA has a ceiling of $2.34 million over its 3-year duration. 3. Awarded under Schedule, indicating competition among pre-qualified vendors. 4. The contract is Firm Fixed Price, providing cost certainty for the VA.
Value Assessment
Rating: good
The contract is a Blanket Purchase Agreement (BPA) call, suggesting it's a task order against an existing contract. Pricing is likely competitive within the MAS schedule.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
Competed under SAP (Simplified Acquisition Procedures) likely means it was competed among vendors on a General Services Administration (GSA) Schedule. This method aims for fair pricing through competition.
Taxpayer Impact: The VA is leveraging an existing contract vehicle to procure services, which can lead to administrative efficiencies and potentially better pricing than a new sole-source award.
Public Impact
Ensures essential moving and installation services for VA facilities. Supports the operational needs of the Department of Veterans Affairs. Provides a framework for efficient procurement of furniture and equipment logistics.
Waste & Efficiency Indicators
Waste Risk Score: 60 / 10
Warning Flags
- Potential for price creep if not managed effectively within the BPA structure.
- Reliance on a single vendor for a critical service.
Positive Signals
- Utilizes an existing contract vehicle (MAS) for streamlined acquisition.
- Firm Fixed Price contract provides cost predictability.
- Awarded under competitive procedures (SAP).
Sector Analysis
This contract falls under the broad category of logistics and support services. Spending benchmarks for moving and installation services can vary significantly based on scope and location, but the $2.3M ceiling over three years appears reasonable for a federal agency's needs.
Small Business Impact
The data indicates this contract was not set-aside for small businesses (sb: false). Further analysis would be needed to determine if small businesses had an opportunity to compete or if the prime contractor utilizes small business subcontractors.
Oversight & Accountability
As a BPA call, oversight is likely managed by the contracting officer at the Department of Veterans Affairs. Regular performance reviews and adherence to the BPA terms are crucial for accountability.
Related Government Programs
- Used Household and Office Goods Moving
- Department of Veterans Affairs Contracting
- Department of Veterans Affairs Programs
Risk Flags
- Potential for scope creep within the BPA.
- Contractor performance risk.
- Reliance on MAS schedule pricing.
- Lack of small business set-aside.
Tags
used-household-and-office-goods-moving, department-of-veterans-affairs, ma, bpa-call, 100k-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of Veterans Affairs awarded $234,200 to WILLIAM LOWE & SONS CORP. FURNITURE/EQUIPMENT STORING, MOVING AND INSTALLATION BPA
Who is the contractor on this award?
The obligated recipient is WILLIAM LOWE & SONS CORP.
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 $234,200.
What is the period of performance?
Start: 2026-04-13. End: 2027-04-12.
What is the typical cost range for similar furniture moving and installation services for federal agencies of this size?
The typical cost range for similar services can vary widely depending on factors like the volume of items, distance, complexity of installation, and specific geographic location. For federal agencies, costs are often benchmarked against GSA Schedule pricing or historical contract data. Without specific details on the scope of services, providing a precise range is difficult, but the $2.3M ceiling over three years suggests a moderate level of activity.
What are the key performance indicators (KPIs) used to measure the success of this BPA call?
Key performance indicators for this type of BPA call would likely include on-time delivery and installation, minimal damage to furniture and equipment, adherence to budget, responsiveness to service requests, and overall customer satisfaction from VA personnel. The agency would track these metrics to ensure the contractor meets the agreed-upon service levels and maintains the quality of service throughout the contract period.
How does the firm-fixed-price structure impact the government's risk and the contractor's incentive for efficiency?
The firm-fixed-price structure shifts most of the cost risk to the contractor, incentivizing them to manage costs efficiently to maximize profit. For the government, it provides budget certainty, as the price is set regardless of the contractor's actual costs. This structure is beneficial when the scope of work is well-defined and the risk of unforeseen cost increases is manageable.
Industry Classification
NAICS: Transportation and Warehousing › Specialized Freight Trucking › Used Household and Office Goods Moving
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 1
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 50 TERMINAL STREET, CHARLESTOWN, MA, 02129
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $234,200
Exercised Options: $234,200
Current Obligation: $234,200
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 36C24122A0122
IDV Type: BPA
Timeline
Start Date: 2026-04-13
Current End Date: 2027-04-12
Potential End Date: 2027-04-12 00:00:00
Last Modified: 2026-04-03
Other Department of Veterans Affairs Contracts
- CCN Region 3 Express Report — $5.2B (Optum Public Sector Solutions, Inc.)
- Express Report for FY22 Region 2 — $5.1B (Optum Public Sector Solutions, Inc.)
- Fiscal Year 2022 Express Report for Region 1 — $4.2B (Optum Public Sector Solutions, Inc.)
- Express Report for the Patient Centered Community Care (PC3) Contract — $3.3B (Triwest Healthcare Alliance Corp)
- CCN Region Three FY21 Express Report — $3.1B (Optum Public Sector Solutions, Inc.)