VA awards $300K BPA Task Order for Wayfinding Signage to WL Concepts & Production, Inc

Contract Overview

Contract Amount: $299,977 ($300.0K)

Contractor: WL Concepts & Production, Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2026-07-15

End Date: 2027-07-14

Contract Duration: 364 days

Daily Burn Rate: $824/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: WAYFINDING SIGNAGE BPA TASK ORDER

Place of Performance

Location: FREEPORT, NASSAU County, NEW YORK, 11520

State: New York Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $299,977.42 to WL CONCEPTS & PRODUCTION, INC for work described as: WAYFINDING SIGNAGE BPA TASK ORDER Key points: 1. Contract value appears reasonable for specialized signage services. 2. Full and open competition suggests a competitive bidding process. 3. No immediate risk indicators are apparent from the basic data. 4. Performance context is limited to a single task order. 5. This contract falls within the professional services and manufacturing sector. 6. The contract duration is one year, aligning with typical task order lengths.

Value Assessment

Rating: good

The contract value of approximately $300,000 for wayfinding signage services over one year seems within a reasonable range for specialized manufacturing and installation. Benchmarking against similar government contracts for signage projects of this scope would provide a more precise value-for-money assessment. However, without specific details on the scope of work, such as the number of signs, complexity of design, and installation requirements, a definitive comparison is challenging. The firm fixed-price structure helps control costs for the government.

Cost Per Unit: N/A

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 specific number of bidders is not provided, but this procurement method generally fosters a competitive environment, which can lead to better pricing and quality for the government. The Department of Veterans Affairs utilized a BPA Call, suggesting a pre-competed agreement was in place, with this task order being a specific call against that BPA.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, driving down prices through market forces and ensuring the government receives the best value.

Public Impact

Beneficiaries include VA staff, patients, and visitors at facilities in New York. Services delivered include the manufacturing and potential installation of wayfinding signage. Geographic impact is primarily focused on New York, where the VA facilities are located. Workforce implications may include jobs in signage design, manufacturing, and installation.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

  • Awarded under full and open competition, indicating a robust bidding process.
  • Firm fixed-price contract type helps manage cost certainty.
  • Contract duration of one year is standard for task orders, allowing for flexibility.
  • The contractor is WL Concepts & Production, Inc., a specific entity awarded the task.

Sector Analysis

This contract falls within the broader professional, scientific, and technical services sector, specifically related to signage manufacturing and installation. The market for government signage is diverse, encompassing wayfinding, informational, and regulatory signs across various agencies and facilities. While specific market size data for government wayfinding signage is not readily available, it is a consistent need for federal agencies managing large physical footprints. This BPA task order represents a specific instance of federal spending within this niche but essential service area.

Small Business Impact

The provided data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary focus was on full and open competition. There is no explicit information regarding subcontracting plans for small businesses within this task order. The impact on the small business ecosystem would depend on whether WL Concepts & Production, Inc. is a small business itself and its own subcontracting practices, which are not detailed here.

Oversight & Accountability

Oversight for this contract would typically be managed by the contracting officer and the relevant program officials within the Department of Veterans Affairs. Accountability measures are inherent in the firm fixed-price contract type, requiring the contractor to deliver specified goods and services within the agreed-upon price. Transparency is facilitated by the public availability of contract data, such as through FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

  • General Services Administration (GSA) Federal Supply Schedule (FSS) contracts for signage
  • Department of Defense (DoD) facility signage contracts
  • Other agency-specific facility management and maintenance contracts

Tags

va, department-of-veterans-affairs, wayfinding-signage, sign-manufacturing, bpa-call, firm-fixed-price, full-and-open-competition, new-york, professional-services, facility-management

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $299,977.42 to WL CONCEPTS & PRODUCTION, INC. WAYFINDING SIGNAGE BPA TASK ORDER

Who is the contractor on this award?

The obligated recipient is WL CONCEPTS & PRODUCTION, 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 $299,977.42.

What is the period of performance?

Start: 2026-07-15. End: 2027-07-14.

What is the track record of WL Concepts & Production, Inc. with the Department of Veterans Affairs and other federal agencies?

A review of federal procurement data would be necessary to fully assess the track record of WL Concepts & Production, Inc. This would involve examining past awards, contract performance history, and any reported issues or commendations. Without access to a comprehensive database of past performance evaluations and award history, it is difficult to definitively state their track record. However, being awarded a BPA task order suggests they have met the requirements to be a vendor under a pre-competed agreement, which implies a certain level of qualification and past success in securing government work.

How does the awarded price of $299,977.42 compare to similar wayfinding signage contracts awarded by the VA or other federal agencies?

To benchmark the value, a detailed comparison with similar wayfinding signage contracts is required. This would involve analyzing contracts with comparable scope, quantity, complexity of design, materials, and installation requirements, awarded within a similar timeframe. Factors such as geographic location and the specific VA facility's needs (e.g., size, patient volume, complexity of layout) also influence pricing. The firm fixed-price nature of this BPA call provides cost certainty, but a true value assessment necessitates comparing unit costs (e.g., cost per sign) or total project costs against market rates and historical government spending on similar projects.

What are the specific performance expectations and deliverables outlined in this BPA Task Order?

The provided data summary does not detail the specific performance expectations and deliverables for this BPA Task Order. Typically, a task order under a Blanket Purchase Agreement (BPA) would include a Statement of Work (SOW) that clearly defines the scope of services, the types and specifications of signage to be produced, delivery timelines, installation requirements (if applicable), and quality standards. The firm fixed-price contract type implies that the contractor is obligated to deliver these defined goods and services for the agreed-upon price, with penalties or remedies for non-performance.

Are there any potential risks associated with this contract, such as contractor performance issues, cost overruns, or schedule delays?

Based solely on the provided summary data, there are no explicit risk flags indicating potential issues such as contractor performance problems, cost overruns, or schedule delays. The contract is firm fixed-price, which mitigates the risk of cost overruns for the government, provided the scope of work is well-defined. The one-year duration is relatively short, potentially limiting the exposure to long-term performance risks. However, without access to the full task order document and contractor performance history, a comprehensive risk assessment cannot be completed. Potential risks could arise from unforeseen site conditions during installation or issues with material availability.

What is the historical spending pattern for wayfinding signage by the Department of Veterans Affairs?

Analyzing historical spending patterns for wayfinding signage by the Department of Veterans Affairs would require a deep dive into federal procurement databases over several fiscal years. This would involve identifying all contracts categorized under signage manufacturing, installation, and related services awarded by the VA. Such an analysis could reveal trends in spending, average contract values, common contractors, and the prevalence of different contract types (e.g., FFP, T&M) and competition levels. Understanding these patterns can help in evaluating the current award's value and identifying potential opportunities for cost savings or strategic sourcing in the future.

How does the use of a BPA Call for this signage requirement impact efficiency and cost compared to a traditional solicitation?

Utilizing a BPA Call for wayfinding signage can enhance efficiency and potentially reduce costs compared to a traditional solicitation process. BPAs are established through a competitive process for commonly purchased items or services, allowing agencies to issue task orders more rapidly against pre-negotiated terms and pricing. This streamlines procurement by reducing the administrative burden and lead time associated with issuing a new solicitation for each individual requirement. For taxpayers, this can translate to faster delivery of needed services and potentially better pricing due to the pre-competed nature of the BPA, assuming the BPA itself was awarded competitively.

Industry Classification

NAICS: ManufacturingOther Miscellaneous ManufacturingSign Manufacturing

Product/Service Code: MISCELLANEOUS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: WL Concepts & Production Inc

Address: 1 BENNINGTON AVE, FREEPORT, NY, 11520

Business Categories: Category Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $299,977

Exercised Options: $299,977

Current Obligation: $299,977

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: 36C24722A0055

IDV Type: BPA

Timeline

Start Date: 2026-07-15

Current End Date: 2027-07-14

Potential End Date: 2027-07-14 00:00:00

Last Modified: 2026-04-06

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending