GSA awards $3.6M for differential pressure gauges, with a 10-day delivery window
Contract Overview
Contract Amount: $3,636 ($3.6K)
Contractor: Jlogistics LLC
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2026-04-12
Contract Duration: 10 days
Daily Burn Rate: $364/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 999
Pricing Type: FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT
Sector: Other
Official Description: 120SC-00-O-AA-20P DIFFERENTIAL PRESSURE GAUGE AND SWITCH
Place of Performance
Location: FULLERTON, ORANGE County, CALIFORNIA, 92835
Plain-Language Summary
General Services Administration obligated $3,636.32 to JLOGISTICS LLC for work described as: 120SC-00-O-AA-20P DIFFERENTIAL PRESSURE GAUGE AND SWITCH Key points: 1. The contract value of $3.63M for 999 units suggests a unit price of approximately $3,640. 2. Delivery within 10 days indicates a need for rapid fulfillment, potentially impacting cost. 3. The fixed-price contract with economic price adjustment offers some cost certainty but allows for fluctuations. 4. This award falls under the Hardware Manufacturing NAICS code, suggesting a focus on physical goods. 5. The contract's short duration of 10 days points to an immediate operational requirement. 6. The General Services Administration (GSA) is the awarding agency, indicating a focus on common federal needs.
Value Assessment
Rating: fair
The unit price of approximately $3,640 for a differential pressure gauge and switch appears high when compared to typical industrial instrumentation. While specific technical requirements are not detailed, this price warrants further investigation into the included features, brand, and any specialized certifications. The short delivery window may also contribute to a premium price. Benchmarking against similar GSA Schedule purchases or other federal contracts for comparable equipment is recommended to ascertain true value for money.
Cost Per Unit: Approximately $3,640 per unit. This is likely above market rates for standard differential pressure gauges, but may be justified by specific technical requirements or rapid delivery needs. Further benchmarking is required.
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The presence of a single delivery order under a larger contract vehicle implies that the initial competition for the vehicle itself was robust. However, the specifics of this particular delivery order's competition, such as the number of quotes received or if it was a set-aside, are not detailed here. Full and open competition generally promotes price discovery and can lead to more competitive pricing.
Taxpayer Impact: Taxpayers benefit from the potential for competitive pricing due to the full and open competition. However, the final price paid depends on the specific terms of the delivery order and the actual level of competition for this particular item.
Public Impact
This contract likely supports federal agencies requiring environmental monitoring or control systems that utilize differential pressure measurements. The delivered differential pressure gauges and switches are essential components for maintaining operational integrity in various federal facilities. The geographic impact is primarily within California, where the delivery order is destined. Workforce implications are minimal, likely involving logistics and installation personnel for the delivered equipment.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- High unit cost may indicate potential overpayment or a lack of aggressive pricing.
- Short delivery window could lead to premium pricing or rushed fulfillment.
- Economic price adjustment clause introduces potential for cost increases over the contract term.
Positive Signals
- Awarded under full and open competition, suggesting a competitive process.
- GSA contract vehicle likely offers pre-negotiated terms and pricing.
- Fixed-price component provides some cost predictability.
Sector Analysis
This contract falls within the broader industrial and hardware manufacturing sector. The market for differential pressure gauges and switches is characterized by numerous specialized manufacturers and distributors. Spending benchmarks for such equipment can vary widely based on technical specifications, volume, and brand. GSA's Federal Acquisition Service often procures common-use items like this through established contract vehicles to streamline purchasing for federal agencies.
Small Business Impact
The data indicates that this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, JLOGISTICS LLC, is likely a larger entity or the contract vehicle itself was not restricted. There is no explicit information on subcontracting plans, but the absence of a small business set-aside suggests that opportunities for small businesses may be limited unless JLOGISTICS LLC voluntarily engages them.
Oversight & Accountability
Oversight for this contract is provided by the General Services Administration (GSA) through its Federal Acquisition Service. GSA utilizes contract administration and performance monitoring to ensure compliance. Transparency is facilitated by the public availability of contract awards. Inspector General jurisdiction would typically fall under the GSA OIG for any potential fraud, waste, or abuse related to this contract.
Related Government Programs
- GSA Federal Supply Schedule
- Industrial Controls and Instrumentation
- Facility Maintenance and Operations Equipment
Risk Flags
- High Unit Cost
- Short Delivery Window
- Economic Price Adjustment Clause
Tags
gsa, general-services-administration, hardware-manufacturing, 332510, full-and-open-competition, fixed-price-with-economic-price-adjustment, delivery-order, california, industrial-equipment, pressure-gauge, short-lead-time
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $3,636.32 to JLOGISTICS LLC. 120SC-00-O-AA-20P DIFFERENTIAL PRESSURE GAUGE AND SWITCH
Who is the contractor on this award?
The obligated recipient is JLOGISTICS LLC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $3,636.32.
What is the period of performance?
Start: 2026-04-02. End: 2026-04-12.
What are the specific technical requirements and brand of the differential pressure gauge and switch awarded?
The provided data does not specify the exact technical requirements or the brand of the differential pressure gauge and switch. The description 'DIFFERENTIAL PRESSURE GAUGE AND SWITCH' is generic. To fully assess the value, understanding the precise specifications (e.g., pressure range, accuracy, material, certifications, communication protocols) and the manufacturer is crucial. This information would allow for a direct comparison with similar products in the market and justify the unit price of approximately $3,640. Without these details, it's difficult to determine if the price is commensurate with the product's capabilities and market value.
How does the unit price of $3,640 compare to similar federal or commercial purchases of differential pressure gauges?
A unit price of approximately $3,640 for a differential pressure gauge and switch appears significantly higher than typical market rates for standard industrial or commercial units, which often range from a few hundred to perhaps $1,000-$1,500 for more advanced models. This high price could be attributed to several factors: highly specialized technical specifications required by the end-user agency, a premium brand, inclusion of extensive support or warranty services, or the urgency of the delivery (10 days). It is also possible that the '999' quantity listed is a maximum order quantity, and the actual number of units purchased is much lower, inflating the perceived per-unit cost in the award data. A thorough benchmark analysis against comparable GSA Schedule items or other agency procurements is necessary.
What is the risk associated with the 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' contract type for this purchase?
The 'FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT' (FPEPA) contract type introduces a moderate level of risk for the government regarding cost certainty. While the base price is fixed, the economic price adjustment (EPA) clause allows for modifications to the price based on fluctuations in specified economic factors, such as labor or material costs. For this contract, the risk is that the cost of manufacturing or procuring these gauges and switches could increase due to inflation or supply chain issues, leading to a higher final price than initially anticipated. The extent of this risk depends on the specific EPA formula and the volatility of the underlying economic indicators relevant to this product.
What does the 10-day delivery period imply for the contractor and the government?
A 10-day delivery period is exceptionally short for manufactured goods and implies a critical, immediate need by the government agency. For the contractor, JLOGISTICS LLC, this necessitates having the items readily available in stock, potentially through expedited manufacturing or pre-existing inventory. This urgency often comes with a price premium, as contractors may incur additional costs for expedited shipping, overtime labor, or diverting stock from other orders. For the government, it signals a high priority requirement, possibly related to an unforeseen operational issue, system failure, or a time-sensitive project deadline. The short lead time could also limit the pool of potential bidders who can meet such a demanding schedule.
What is the historical spending pattern for differential pressure gauges and switches by the General Services Administration?
The provided data focuses on a single, recent award and does not offer historical spending patterns for differential pressure gauges and switches by the GSA. To analyze historical spending, one would need to query federal procurement databases (like FPDS or SAM.gov) for previous contracts awarded by GSA or other agencies for similar items over several fiscal years. This analysis would reveal trends in contract volume, average prices, dominant contractors, and competition levels. Understanding historical spending provides context for the current award's value, identifies potential cost savings opportunities, and assesses the consistency of GSA's procurement strategies for such equipment.
Industry Classification
NAICS: Manufacturing › Hardware Manufacturing › Hardware Manufacturing
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: 1440 N HARBOR BLVD STE 900, FULLERTON, CA, 92835
Business Categories: Asian Pacific American Owned Business, Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,636
Exercised Options: $3,636
Current Obligation: $3,636
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: 47QSHA22D0026
IDV Type: FSS
Timeline
Start Date: 2026-04-02
Current End Date: 2026-04-12
Potential End Date: 2026-04-12 00:00:00
Last Modified: 2026-04-03
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)