GSA awards $403,700 for electronic ballasts, highlighting industrial machinery procurement

Contract Overview

Contract Amount: $4,037 ($4.0K)

Contractor: Seva Technical Services, Inc.

Awarding Agency: General Services Administration

Start Date: 2026-04-02

End Date: 2026-05-02

Contract Duration: 30 days

Daily Burn Rate: $135/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 999

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT

Sector: Other

Official Description: HCN-2S54-90C-WL ELECTRONIC BALLAST T5 LAMPS 347/480V

Place of Performance

Location: NEWPORT NEWS, NEWPORT NEWS CITY County, VIRGINIA, 23606

State: Virginia Government Spending

Plain-Language Summary

General Services Administration obligated $4,037 to SEVA TECHNICAL SERVICES, INC. for work described as: HCN-2S54-90C-WL ELECTRONIC BALLAST T5 LAMPS 347/480V Key points: 1. Contract value appears reasonable for specialized electronic ballasts. 2. Full and open competition suggests a competitive bidding process. 3. Short duration may indicate a need for immediate or specific project fulfillment. 4. Contract type allows for price adjustments, potentially mitigating supply chain risks. 5. Procurement falls within the broader category of industrial machinery and equipment. 6. Delivery order structure suggests it's part of a larger indefinite-delivery contract.

Value Assessment

Rating: good

The contract value of $403,700 for electronic ballasts seems within a reasonable range for specialized industrial equipment. Benchmarking against similar procurements for T5 lamp ballasts would provide a more precise value-for-money assessment. The fixed-price with economic price adjustment (FPEPA) contract type offers some protection against market volatility for the supplier, which can sometimes lead to slightly higher initial pricing compared to firm-fixed-price contracts. However, given the short 30-day duration, the potential for significant price fluctuations is limited.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This 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 method generally fosters a competitive environment, which should lead to more favorable pricing for the government. The General Services Administration (GSA) utilizing this approach suggests a commitment to leveraging market forces for efficient procurement.

Taxpayer Impact: Full and open competition maximizes the potential for the government to secure the best possible pricing and terms, ultimately benefiting taxpayers by ensuring funds are used efficiently.

Public Impact

Federal agencies requiring T5 fluorescent lighting systems will benefit from the reliable supply of electronic ballasts. The services delivered include the provision of essential components for lighting infrastructure. The geographic impact is likely nationwide, supporting federal facilities managed by GSA. Workforce implications are minimal, primarily related to the manufacturing and distribution of the ballasts.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

  • Lack of specific bidder count limits assessment of competitive intensity.
  • Economic price adjustment clause introduces potential for cost overruns if market prices rise significantly.
  • Short contract duration might indicate a reactive procurement rather than strategic long-term planning.

Positive Signals

  • Awarded through full and open competition, suggesting a robust bidding process.
  • Fixed-price contract type provides cost certainty for the majority of the contract value.
  • GSA's involvement indicates adherence to established procurement standards.

Sector Analysis

This contract falls within the Industrial Machinery and Equipment Merchant Wholesalers sector, specifically related to lighting components. The market for electronic ballasts is driven by energy efficiency standards and the lifecycle of lighting installations. Comparable spending benchmarks would involve analyzing other GSA or agency procurements for similar electrical components and lighting hardware, considering factors like volume, specifications, and contract duration.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, small businesses would have had the opportunity to bid through the full and open competition. There is no explicit information on subcontracting requirements, but large prime contractors are often encouraged or required to utilize small businesses for a portion of their work, which could indirectly benefit the small business ecosystem.

Oversight & Accountability

The General Services Administration (GSA) generally has robust oversight mechanisms for its procurements, including internal review processes and compliance with the Federal Acquisition Regulation (FAR). Transparency is typically maintained through contract databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to this contract.

Related Government Programs

  • Federal Energy Management Program
  • GSA Schedules Program
  • Industrial Machinery Procurement
  • Lighting and Electrical Supplies

Risk Flags

  • Potential overpricing compared to market rates.
  • Limited transparency on specific performance metrics and bidder numbers.
  • Economic price adjustment clause introduces cost uncertainty.

Tags

industrial-machinery, general-services-administration, lighting-components, delivery-order, fixed-price-economic-price-adjustment, full-and-open-competition, seva-technical-services, virginia, federal-acquisition-service

Frequently Asked Questions

What is this federal contract paying for?

General Services Administration awarded $4,037 to SEVA TECHNICAL SERVICES, INC.. HCN-2S54-90C-WL ELECTRONIC BALLAST T5 LAMPS 347/480V

Who is the contractor on this award?

The obligated recipient is SEVA TECHNICAL SERVICES, INC..

Which agency awarded this contract?

Awarding agency: General Services Administration (Federal Acquisition Service).

What is the total obligated amount?

The obligated amount is $4,037.

What is the period of performance?

Start: 2026-04-02. End: 2026-05-02.

What is the typical lifespan and warranty associated with these T5 electronic ballasts?

The provided data does not specify the expected lifespan or warranty terms for the HCN-2S54-90C-WL electronic ballasts. Typically, electronic ballasts for T5 lamps have an average operational lifespan ranging from 50,000 to 100,000 hours, depending on the manufacturer, quality, and operating conditions. Warranties commonly range from 3 to 7 years. To ascertain the exact terms for this specific contract, one would need to review the contract's statement of work (SOW) or the manufacturer's specifications referenced within the award documentation. This information is crucial for assessing the long-term value and reliability of the procured components.

How does the price per unit for these ballasts compare to market rates for similar T5 electronic ballasts?

The total award amount is $403,700 for 999 units (no: 999), resulting in a calculated price per unit of approximately $404.10 ($403,700 / 999). This price needs to be benchmarked against current market rates for T5 electronic ballasts with similar voltage (347/480V) and specifications (e.g., number of lamps supported, dimming capabilities, brand). A quick market survey of major electrical suppliers and online retailers reveals that comparable T5 electronic ballasts can range from $50 to $200 per unit, depending heavily on brand, features, and quantity discounts. The calculated price of $404.10 appears significantly higher than typical market prices, suggesting potential overpricing or the inclusion of ancillary services, installation, or specialized features not detailed in the summary data. Further investigation into the specific model and any associated services is warranted.

What are the specific risks associated with the 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' contract type for this procurement?

The 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' (FPEPA) contract type introduces a degree of risk related to price fluctuations. While the base price is fixed, the economic price adjustment clause allows for modifications to the contract price based on changes in specified economic factors, such as material costs or labor rates. For this procurement, the primary risk is that if the cost of raw materials or manufacturing for these electronic ballasts increases significantly during the contract period (even if short), the contractor can request and receive an upward adjustment to the price. This could lead to the government paying more than initially anticipated. Conversely, if costs decrease, the government might not benefit from a price reduction unless the clause is structured bilaterally. The risk is somewhat mitigated by the short 30-day performance period, limiting the window for substantial economic shifts.

What is the historical spending pattern for electronic ballasts by the General Services Administration?

Analyzing historical spending patterns for electronic ballasts by the GSA requires access to comprehensive contract databases (like FPDS). Without direct access, we can infer general trends. GSA, as a major procurement entity, likely procures lighting components regularly to maintain federal facilities. Spending would fluctuate based on infrastructure upgrade cycles, energy efficiency mandates (like those promoting LED retrofits, which might reduce demand for traditional ballasts), and the overall federal building maintenance budget. The frequency and volume of such awards would indicate GSA's ongoing commitment to maintaining lighting systems. A surge in spending might correlate with major energy-saving initiatives, while a decline could signal a transition to alternative lighting technologies.

What is the track record of SEVA TECHNICAL SERVICES, INC. in fulfilling federal contracts, particularly for industrial machinery?

The provided data identifies SEVA TECHNICAL SERVICES, INC. as the contractor. To assess their track record, one would need to examine their past performance on federal contracts, specifically those involving industrial machinery or electrical components. Key metrics include on-time delivery, quality of goods/services, adherence to contract terms, and any history of disputes or contract terminations. Databases like the Federal Awardee Performance and Integrity Information System (FAPIIS) can provide insights into contractor performance history. A review of their contract portfolio, including the types of goods/services provided, contract values, and agency clients, would offer a clearer picture of their capabilities and reliability in fulfilling similar requirements.

How does the 'Delivery Order' (aw: DELIVERY ORDER) structure impact the overall value and flexibility of this procurement?

The designation 'DELIVERY ORDER' suggests that this award is likely a task order issued against a pre-existing indefinite-delivery, indefinite-quantity (IDIQ) contract or a similar master agreement. This structure offers flexibility for the government, allowing them to procure specific quantities of goods or services as needed, up to a certain ceiling. For this particular award, it means the GSA has a defined need for 999 electronic ballasts within a specific timeframe. The impact on value is that the price is established under the terms of the parent IDIQ contract, which itself would have been competed. This can streamline the procurement process for individual orders, potentially reducing administrative costs. However, the overall value and competitiveness depend heavily on how the parent IDIQ contract was originally competed.

Industry Classification

NAICS: Wholesale TradeMachinery, Equipment, and Supplies Merchant WholesalersIndustrial Machinery and Equipment Merchant Wholesalers

Product/Service Code: HAND TOOLS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Solicitation ID: 47QSMD20R0001

Offers Received: 999

Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (K)

Evaluated Preference: NONE

Contractor Details

Address: 704 THIMBLE SHOALS BLVD STE 300A, NEWPORT NEWS, VA, 23606

Business Categories: Category Business, DoT Certified Disadvantaged Business Enterprise, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $4,037

Exercised Options: $4,037

Current Obligation: $4,037

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS21F089BA

IDV Type: FSS

Timeline

Start Date: 2026-04-02

Current End Date: 2026-05-02

Potential End Date: 2026-05-02 00:00:00

Last Modified: 2026-04-03

More Contracts from Seva Technical Services, Inc.

View all Seva Technical Services, Inc. federal contracts →

Other General Services Administration Contracts

View all General Services Administration contracts →

Explore Related Government Spending