GSA awards $7.88M contract for apparel and accessories to Atlantic Diving Supply, Inc
Contract Overview
Contract Amount: $7,882,580 ($7.9M)
Contractor: Atlantic Diving Supply, Inc.
Awarding Agency: General Services Administration
Start Date: 2024-08-29
End Date: 2025-10-22
Contract Duration: 419 days
Daily Burn Rate: $18.8K/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PMPI USASOC LCS
Place of Performance
Location: NATICK, MIDDLESEX County, MASSACHUSETTS, 01760
Plain-Language Summary
General Services Administration obligated $7.9 million to ATLANTIC DIVING SUPPLY, INC. for work described as: PMPI USASOC LCS Key points: 1. Contract awarded via competitive procurement under Simplified Acquisition Procedures (SAP). 2. Firm Fixed Price contract type suggests predictable costs for the government. 3. The contract duration of 419 days indicates a medium-term need for these supplies. 4. Awarded by the General Services Administration (GSA), a key federal procurement agency. 5. The National Stock Number (NSN) 315990 points to specific types of apparel and accessories. 6. This award represents a portion of broader federal spending on uniform and protective gear.
Value Assessment
Rating: good
The contract value of $7.88 million for apparel and accessories over approximately 14 months appears reasonable given the scope. Without specific itemized costs or detailed performance metrics, a direct value-for-money assessment is challenging. However, the use of a competitive SAP process generally leads to fair pricing. Benchmarking against similar GSA Schedule awards for apparel and accessories would provide further insight into cost-effectiveness.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was competed under Simplified Acquisition Procedures (SAP), indicating a competitive process for awards under the federal micro-purchase and simplified acquisition thresholds. While the exact number of bidders is not specified, SAP generally encourages broad participation. This level of competition is expected to drive reasonable pricing and ensure a good selection of qualified vendors.
Taxpayer Impact: A competitive SAP process helps ensure taxpayer dollars are used efficiently by fostering price discovery and encouraging vendors to offer competitive terms.
Public Impact
The primary beneficiaries are likely military personnel or government employees requiring specific apparel and accessories. Services delivered include the provision of apparel and accessories as defined by the contract's scope. The geographic impact is likely national, as GSA contracts often serve various federal agencies across the US. Workforce implications are minimal, primarily related to the manufacturing and distribution of the goods.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price fluctuations if market conditions for raw materials change significantly.
- Ensuring consistent quality and timely delivery across all awarded items will be critical.
- Dependence on a single awardee for a specific set of items could pose a minor supply chain risk.
Positive Signals
- Awarded through a competitive process, suggesting a vetted and capable vendor.
- Firm Fixed Price contract type provides cost certainty for the government.
- GSA's oversight ensures adherence to procurement regulations and quality standards.
- The contract duration allows for stable supply over a defined period.
Sector Analysis
This contract falls within the broader apparel manufacturing and distribution sector. The federal government is a significant purchaser of uniforms, protective clothing, and accessories for various agencies, including defense and civilian departments. GSA's Federal Acquisition Service (FAS) manages numerous indefinite-delivery, indefinite-quantity (IDIQ) and other contract vehicles to meet these needs efficiently. Spending in this category is influenced by military readiness, agency operational requirements, and overall federal personnel levels.
Small Business Impact
The data indicates this contract was awarded under Simplified Acquisition Procedures (SAP) and does not specify a small business set-aside. While the prime contractor, Atlantic Diving Supply, Inc., is not explicitly identified as a small business in this data, the contract's value and nature do not preclude subcontracting opportunities. Further analysis would be needed to determine if small businesses are involved in the supply chain or if there are specific subcontracting goals associated with this award.
Oversight & Accountability
The General Services Administration (GSA) provides robust oversight for contracts awarded through its Federal Acquisition Service. This includes ensuring compliance with procurement regulations, monitoring contractor performance, and managing contract modifications. The use of a Firm Fixed Price contract type simplifies financial oversight. While specific Inspector General (IG) involvement is not detailed here, GSA has its own Office of Inspector General that can investigate fraud, waste, and abuse.
Related Government Programs
- GSA Schedules Program
- Department of Defense Uniform Procurement
- Federal Civilian Agency Uniforms
- Apparel and Textiles Manufacturing
Risk Flags
- Potential for supply chain disruption if vendor faces production issues.
- Quality control is critical to ensure items meet specified standards.
- Price stability depends on raw material market fluctuations.
Tags
apparel, accessories, gsa, general-services-administration, competed, purchase-order, firm-fixed-price, simplified-acquisition-procedures, massachusetts, federal-acquisition-service
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $7.9 million to ATLANTIC DIVING SUPPLY, INC.. PMPI USASOC LCS
Who is the contractor on this award?
The obligated recipient is ATLANTIC DIVING SUPPLY, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $7.9 million.
What is the period of performance?
Start: 2024-08-29. End: 2025-10-22.
What is the historical spending pattern for NSN 315990 by the GSA or other federal agencies?
Analyzing historical spending data for National Stock Number (NSN) 315990 would reveal the government's consistent or fluctuating demand for these specific apparel and accessories over time. This includes identifying previous contract awards, their values, durations, and the contractors involved. Understanding past spending patterns can help identify trends, potential price escalation or de-escalation, and the typical competitive landscape for this item. For instance, if previous awards for this NSN were significantly lower in value or awarded under different contract types, it might indicate a change in market conditions, government requirements, or a more aggressive bidding environment. Conversely, consistent high-value awards could suggest a stable, ongoing need and a less price-sensitive market. This historical context is crucial for evaluating the current $7.88 million award's appropriateness and identifying any anomalies.
How does the per-unit cost of items under this contract compare to similar GSA Schedule awards?
To assess the value for money, a comparison of per-unit costs for specific items procured under this contract against similar GSA Schedule awards is essential. This involves identifying the exact items (e.g., specific types of shirts, pants, or accessories) and their quantities within the $7.88 million award and then benchmarking these prices against publicly available data for comparable items sold through other GSA Schedules or similar federal contracts. Factors such as material quality, manufacturing origin, and specific features can influence price differences. If the per-unit costs are significantly higher than benchmarks, it could indicate potential overpricing or a less competitive award. Conversely, costs aligning with or below market rates would suggest good value. This analysis requires access to detailed itemization within the contract, which is often not fully public.
What is Atlantic Diving Supply, Inc.'s track record with federal contracts, particularly for apparel and accessories?
Investigating Atlantic Diving Supply, Inc.'s past performance is critical for assessing the risk associated with this $7.88 million award. This includes reviewing their history of federal contract awards, focusing on contracts for similar apparel and accessories. Key performance indicators to examine are on-time delivery rates, quality compliance, contract modifications (and reasons for them), and any past disputes or terminations. A strong track record with successful contract completions suggests reliability and competence. Conversely, a history of performance issues, such as frequent delays, quality rejections, or significant cost overruns on previous similar contracts, would raise concerns about their ability to meet the current contract's requirements effectively and efficiently. Data from sources like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would be invaluable here.
What are the specific performance expectations and quality standards outlined in the contract for these apparel and accessories?
The contract's performance expectations and quality standards are fundamental to ensuring the government receives goods that meet its needs. This includes detailed specifications for materials, manufacturing processes, durability, sizing, and any required certifications (e.g., Berry Amendment compliance for certain textiles). Understanding these standards allows for an assessment of whether the contract adequately defines what constitutes acceptable performance and product quality. For example, if the contract specifies high-durability fabrics and rigorous testing protocols, it suggests a focus on long-term value and performance in demanding environments. Conversely, vague or minimal specifications might indicate a higher risk of receiving substandard products, potentially leading to premature replacement needs and increased long-term costs for the government. Reviewing the Statement of Work (SOW) or Performance Work Statement (PWS) is crucial.
How does the $7.88 million award compare in size and scope to other GSA procurements for similar goods?
Comparing the $7.88 million award to other GSA procurements for similar apparel and accessories provides context regarding its scale and significance within the federal marketplace. This involves looking at the total dollar value, contract duration, and the range of items covered. If this award is substantially larger or smaller than typical awards for similar NSNs or product categories, it might signal unique government requirements, a shift in procurement strategy, or changes in market dynamics. For instance, a larger award could indicate a consolidation of requirements or a significant increase in demand. A smaller award might suggest a more fragmented procurement approach or a focus on specific, limited needs. Understanding this relative scale helps in assessing whether the contract represents a standard, efficient procurement or an outlier that warrants further scrutiny regarding its justification and potential impact.
Industry Classification
NAICS: Manufacturing › Apparel Accessories and Other Apparel Manufacturing › Apparel Accessories and Other Apparel Manufacturing
Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 47QFNA24Q0121
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 621 LYNNHAVEN PKWY, VIRGINIA BEACH, VA, 23452
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $7,882,580
Exercised Options: $7,882,580
Current Obligation: $7,882,580
Actual Outlays: $7,882,580
Subaward Activity
Number of Subawards: 1
Total Subaward Amount: $365,629
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2024-08-29
Current End Date: 2025-10-22
Potential End Date: 2025-10-22 00:00:00
Last Modified: 2026-01-12
More Contracts from Atlantic Diving Supply, Inc.
- GEN III Ecwcs KIT: — $135.2M (Department of Defense)
- GEN III Ecwcs KIT: — $110.0M (Department of Defense)
- 4565981439!KIT Manwearable TLS — $104.9M (Department of Defense)
- 4570386387!2.22.5 HZ 4DBI Ruggedized Antenna; Nato — $90.6M (Department of Defense)
- NSN: 5965-01-453-2687, Picvc Headset, Medium NSN: 5965-01-453-2684, Picvc Headset, Large System: Vehicle Intercom System (VIS) — $82.6M (Department of Defense)
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)