GSA awards $10.2M purchase order for saw blades and handtools to Lawson Products, Inc
Contract Overview
Contract Amount: $10,235 ($10.2K)
Contractor: Lawson Products, Inc.
Awarding Agency: General Services Administration
Start Date: 2026-04-03
End Date: 2026-07-02
Contract Duration: 90 days
Daily Burn Rate: $114/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PARTSMASTER-1636895
Place of Performance
Location: DALLAS, DALLAS County, TEXAS, 75227
State: Texas Government Spending
Plain-Language Summary
General Services Administration obligated $10,234.9 to LAWSON PRODUCTS, INC. for work described as: PARTSMASTER-1636895 Key points: 1. Value for money appears fair given the firm-fixed-price structure and 90-day duration. 2. Competition dynamics indicate a competed award under SAP, suggesting a potentially efficient procurement process. 3. Risk indicators are low, with a firm-fixed-price contract and a short performance period. 4. Performance context is a standard supply of tools and blades, essential for various federal operations. 5. Sector positioning is within the industrial supplies category, supporting maintenance and operational needs.
Value Assessment
Rating: fair
The award of $10.2 million for a 90-day period for saw blades and handtools is a significant sum, but without specific unit pricing or comparison to similar large-scale procurements, a definitive value assessment is challenging. The firm-fixed-price contract type provides cost certainty for the government. Benchmarking against market rates for bulk tool and blade purchases would be necessary for a more precise value-for-money evaluation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under SAP (Simplified Acquisition Procedures), which typically involves a limited number of bidders compared to full and open competition. While the exact number of bids received isn't detailed, SAP is designed for efficiency in procuring goods and services below certain dollar thresholds. This suggests a streamlined process, but potentially less aggressive price competition than a broader solicitation.
Taxpayer Impact: For taxpayers, competition under SAP aims to balance efficiency with reasonable pricing. While not as broad as full and open competition, it still provides a mechanism for price discovery and ensures the government receives competitive offers within the simplified acquisition framework.
Public Impact
Federal agencies requiring maintenance, repair, and operations (MRO) supplies will benefit from this contract. The contract delivers essential saw blades and handtools, supporting a wide range of operational tasks. The primary geographic impact is within Texas (ST), where the order is destined. Workforce implications include ensuring that federal employees and contractors have the necessary tools to perform their duties efficiently.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for price increases in future contract renewals if competition remains limited.
- Dependence on a single supplier for a critical category of goods could pose supply chain risks.
- Lack of detailed performance metrics makes it difficult to assess contractor efficiency beyond delivery.
Positive Signals
- Firm-fixed-price contract provides cost predictability.
- Awarded under SAP suggests an efficient procurement process.
- Short contract duration limits long-term financial commitment and allows for re-evaluation.
Sector Analysis
This contract falls within the industrial and commercial machinery and equipment sector, specifically focusing on tools and hardware. The market for these goods is generally competitive, with numerous manufacturers and distributors. Federal spending in this area supports the operational needs of various agencies, from facilities maintenance to specialized repair services. Comparable spending benchmarks would involve analyzing other GSA schedules or agency-specific procurements for similar MRO supplies.
Small Business Impact
The data indicates this contract was not set aside for small businesses (SB=false) and the awardee, Lawson Products, Inc., is a large corporation. There is no explicit information on subcontracting plans for small businesses within this specific purchase order. Therefore, the direct impact on the small business ecosystem from this particular award is likely minimal, unless Lawson Products has broader subcontracting initiatives not detailed here.
Oversight & Accountability
Oversight for this purchase order would primarily fall under the General Services Administration's Federal Acquisition Service. Accountability is ensured through the firm-fixed-price contract terms, requiring delivery of specified goods. Transparency is facilitated by the availability of contract data through public databases. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse related to the procurement or performance.
Related Government Programs
- GSA Schedules
- Industrial Supplies Procurement
- Maintenance, Repair, and Operations (MRO) Contracts
- Federal Supply Schedule 51 V - Hardware and Tools
Risk Flags
- Limited Competition Potential
- Price Reasonableness Not Fully Assessed
- Supply Chain Dependency
Tags
industrial-supplies, general-services-administration, purchase-order, firm-fixed-price, competed-under-sap, saw-blade-and-handtool-manufacturing, texas, short-term-contract, lawson-products-inc
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $10,234.9 to LAWSON PRODUCTS, INC.. PARTSMASTER-1636895
Who is the contractor on this award?
The obligated recipient is LAWSON PRODUCTS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $10,234.9.
What is the period of performance?
Start: 2026-04-03. End: 2026-07-02.
What is the historical spending pattern for saw blades and handtools by the General Services Administration?
Analyzing historical spending patterns for saw blades and handtools by the GSA requires accessing detailed procurement data over multiple fiscal years. Typically, GSA procures these items through various channels, including GSA Schedules (like Schedule 51 V - Hardware and Tools) and direct purchase orders. Spending can fluctuate based on agency needs, budget allocations, and the availability of competitive contract vehicles. A review of past awards would reveal trends in contract types (e.g., fixed-price vs. cost-reimbursement), average award values, and the primary contractors supplying these goods. Understanding these patterns helps in assessing whether the current $10.2 million award for a 90-day period represents a typical expenditure or an outlier, and whether spending has increased or decreased over time, potentially indicating shifts in demand or market pricing.
How does the per-unit cost of items under this contract compare to similar federal procurements?
A direct comparison of per-unit costs for saw blades and handtools under this $10.2 million purchase order to similar federal procurements is challenging without access to the detailed itemized pricing within the award. Federal procurement data often aggregates total award values rather than providing granular unit cost breakdowns for every item. To perform such a comparison, one would need to identify specific, identical or highly comparable items (e.g., a specific model of a 10-inch circular saw blade or a standard claw hammer) procured by other federal agencies or through different GSA contract vehicles around the same time. Benchmarking would involve calculating the average unit price paid across multiple contracts for the same or equivalent items. Differences in pricing could be attributed to volume discounts, contract type, competition levels, delivery locations, and specific product quality or features.
What is Lawson Products, Inc.'s track record with federal contracts, particularly for industrial supplies?
Lawson Products, Inc. has a history of engaging with federal contracts, primarily through GSA Schedules and other procurement mechanisms for industrial supplies, including tools and maintenance items. A review of their federal contract performance would involve examining past awards, contract values, and any reported performance issues or successes. Their participation in numerous federal solicitations suggests familiarity with government procurement processes. Assessing their track record involves looking at factors such as on-time delivery rates, product quality compliance, and responsiveness to contract requirements. While this specific $10.2 million award is a significant single order, it should be viewed within the context of their broader federal contracting history to gauge their reliability and competitive positioning as a supplier to government agencies.
What are the potential risks associated with a sole-source or limited competition award for industrial supplies?
While this contract was competed under SAP and not explicitly sole-source, limited competition awards, including those under SAP, carry inherent risks. The primary risk is reduced price competition, which can lead to the government paying higher prices than if the contract were awarded under a full and open competition with a larger pool of bidders. This can diminish overall value for money. Another risk is a potential decrease in innovation, as suppliers may have less incentive to offer unique solutions or cost-saving measures when faced with fewer competitors. Furthermore, a limited supplier base can create vulnerabilities in the supply chain; if the awarded contractor experiences disruptions, agencies may face shortages. For taxpayers, this translates to potentially less efficient use of public funds and a less resilient supply chain for essential goods.
How does the duration of this contract (90 days) impact its overall value and risk profile?
The short duration of this contract (90 days) significantly impacts its value and risk profile. From a value perspective, it allows the government to procure necessary supplies for a defined, short-term period without long-term financial commitment. This is advantageous if demand is uncertain or if market prices are expected to change rapidly. It also provides an opportunity to re-evaluate needs and contractor performance before committing to a longer-term agreement. In terms of risk, a short duration limits the potential negative impact of contractor underperformance or unforeseen market shifts. However, it also means that the administrative effort and cost associated with procurement must be undertaken more frequently if ongoing supply is needed, potentially increasing overall transaction costs over time compared to a longer-term contract with options.
Industry Classification
NAICS: Manufacturing › Cutlery and Handtool Manufacturing › Saw Blade and Handtool Manufacturing
Product/Service Code: HAND TOOLS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4695 CLOVER HAVEN ST, DALLAS, TX, 75227
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $10,235
Exercised Options: $10,235
Current Obligation: $10,235
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Timeline
Start Date: 2026-04-03
Current End Date: 2026-07-02
Potential End Date: 2026-07-02 00:00:00
Last Modified: 2026-04-05
More Contracts from Lawson Products, Inc.
- Partsmaster-1678976 — $12.6K (General Services Administration)
- Partsmaster-900143527 — $12.3K (General Services Administration)
- Partsmaster-1636913 — $10.3K (General Services Administration)
- Partsmaster-1636943 — $10.2K (General Services Administration)
- Partsmaster-1636951 — $10.0K (General Services Administration)
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)