GSA awards $1.39M contract for moving services in Minneapolis, highlighting firm fixed-price structure
Contract Overview
Contract Amount: $13,895 ($13.9K)
Contractor: A CH Coakley & CO Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-01
End Date: 2026-06-30
Contract Duration: 90 days
Daily Burn Rate: $154/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: DEPARTMENT OF LABOR RELOCATION IN MINNEAPOLIS MN
Place of Performance
Location: MINNEAPOLIS, HENNEPIN County, MINNESOTA, 55401
Plain-Language Summary
General Services Administration obligated $13,895 to A CH COAKLEY & CO INC for work described as: DEPARTMENT OF LABOR RELOCATION IN MINNEAPOLIS MN Key points: 1. Contract utilizes a firm fixed-price model, providing cost certainty for the government. 2. Competition was open after exclusion of sources, suggesting a potentially narrowed but still competitive field. 3. The contract duration is short (90 days), indicating a specific, time-bound need. 4. Awarded by the General Services Administration (GSA), a key agency for federal procurement. 5. The service category is household and office goods moving, a common logistical requirement. 6. The contract value is relatively modest, suggesting it's not a large-scale relocation.
Value Assessment
Rating: good
The contract value of $1.39 million for a 90-day moving service appears reasonable given the scope. Without specific details on the volume of goods or distance, direct comparison is difficult. However, GSA's involvement suggests adherence to established procurement practices. The firm fixed-price nature helps control costs, making it a predictable expenditure for the agency.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, certain sources were excluded, potentially due to specific requirements or prior performance issues. The number of bidders (3) is on the lower side, which could suggest a specialized service or a limited pool of qualified contractors.
Taxpayer Impact: While the competition level was not fully open, the exclusion of sources might have been justified by specific needs. The limited number of bidders could lead to slightly higher prices than a fully open competition, but the firm fixed-price structure mitigates some of this risk.
Public Impact
Federal employees and their families relocating within or to Minneapolis, Minnesota, will benefit from this service. The contract ensures the efficient and organized relocation of household and office goods. The geographic impact is localized to Minneapolis, MN. The contract supports the operational needs of the Department of Labor by facilitating personnel movement.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition could potentially lead to less favorable pricing.
- Exclusion of sources needs clear justification to ensure fairness and prevent anti-competitive practices.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Awarded by GSA, indicating adherence to federal procurement standards.
- Specific service for moving goods addresses a clear logistical need.
Sector Analysis
The moving and relocation services sector is a critical component of the logistics industry, supporting both government and private sector operations. Federal agencies frequently contract for these services to facilitate personnel transfers and office moves. Spending in this area is generally driven by personnel policies and infrastructure needs. Benchmarks for moving contracts vary widely based on scope, distance, and volume.
Small Business Impact
This contract does not appear to have a small business set-aside (ss: false) or indicate specific subcontracting goals for small businesses (sb: false). Therefore, the direct impact on the small business ecosystem is likely minimal unless the prime contractor voluntarily engages small businesses for subcontracting opportunities.
Oversight & Accountability
The General Services Administration (GSA) oversees this contract, implying standard federal procurement oversight. The firm fixed-price structure simplifies financial oversight. Accountability is managed through contract terms and performance expectations. Transparency is generally maintained through federal procurement databases like FPDS.
Related Government Programs
- Federal Employee Relocation Services
- Government Moving Contracts
- Department of Labor Logistics Support
- General Services Administration Procurement
Risk Flags
- Limited competition due to source exclusion.
- Potential for higher costs with fewer bidders.
- Need for clear justification for source exclusion.
Tags
department-of-labor, general-services-administration, moving-services, household-goods-moving, office-goods-moving, firm-fixed-price, limited-competition, minneapolis, minnesota, delivery-order, 90-days
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $13,895 to A CH COAKLEY & CO INC. DEPARTMENT OF LABOR RELOCATION IN MINNEAPOLIS MN
Who is the contractor on this award?
The obligated recipient is A CH COAKLEY & CO INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Public Buildings Service).
What is the total obligated amount?
The obligated amount is $13,895.
What is the period of performance?
Start: 2026-04-01. End: 2026-06-30.
What is the track record of A CH COAKLEY & CO INC with federal contracts?
Information on A CH COAKLEY & CO INC's specific track record with federal contracts is not detailed in the provided data. However, the award of this contract by the General Services Administration (GSA) suggests they have met the necessary qualifications and bidding requirements. To fully assess their track record, one would need to review their past performance ratings, any prior contract awards, and any documented issues or disputes with federal agencies. A deeper dive into federal procurement databases would be necessary to ascertain their history of successful contract completion and compliance.
How does the $1.39 million value compare to similar moving contracts?
The $1.39 million value for a 90-day moving contract is specific to the scope defined by the Department of Labor's needs in Minneapolis. Without knowing the exact volume of goods, distance, and specific services required (e.g., packing, unpacking, storage), a direct comparison is challenging. However, GSA typically manages a wide range of relocation contracts, from smaller office moves to large-scale household relocations. This value suggests a significant move, possibly involving multiple households or a substantial office relocation, but it is not exceptionally large within the context of federal moving contracts, which can range from tens of thousands to millions of dollars depending on scale and duration.
What are the primary risks associated with this type of contract?
The primary risks associated with this firm fixed-price moving contract include potential cost overruns if the scope of work is underestimated by the contractor, leading to quality issues or disputes. Given the 'exclusion of sources' in the competition, there's a risk that the limited pool of bidders might not offer the most competitive pricing or the highest quality service. Performance risk also exists, where the contractor may fail to meet delivery timelines or adequately protect goods during transit. Finally, administrative risks involve ensuring proper oversight and adherence to contract terms by the GSA.
How effective is the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method for this contract?
The effectiveness of 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' depends heavily on the justification for excluding certain sources. If the exclusion was based on necessary technical qualifications, security requirements, or past performance issues, it could lead to a more effective selection of a capable contractor, even with fewer bidders. However, if the exclusion was arbitrary, it could limit competition and potentially increase costs for taxpayers. The fact that three bidders were involved suggests some level of competition was maintained, but the exclusion warrants scrutiny to ensure it served a legitimate government purpose and did not unduly restrict market access.
What are the historical spending patterns for moving services by the Department of Labor or GSA?
Historical spending patterns for moving services by the Department of Labor or GSA are not detailed in the provided data. However, federal agencies, including the Department of Labor, regularly require moving services due to employee relocations, office consolidations, and expansions. GSA, as the primary provider of federal workspace and procurement services, manages numerous such contracts annually. Spending can fluctuate based on agency staffing levels, relocation policies, and infrastructure projects. Analyzing past GSA and DOL spending data in FPDS would reveal trends in contract values, durations, and competition levels for moving services over time.
Industry Classification
NAICS: Transportation and Warehousing › Specialized Freight Trucking › Used Household and Office Goods Moving
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › MOTOR POOL OR PACKING/CRATING
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47PD5326Q0032
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 1400 N 113TH ST, WAUWATOSA, WI, 53226
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $15,315
Exercised Options: $13,895
Current Obligation: $13,895
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47PF0022D0007
IDV Type: IDC
Timeline
Start Date: 2026-04-01
Current End Date: 2026-06-30
Potential End Date: 2026-07-30 00:00:00
Last Modified: 2026-04-02
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)