GSA awards $2,750 for specialized identification placards, with a 45-day performance period
Contract Overview
Contract Amount: $2,750 ($2.8K)
Contractor: F & M Micro Products Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-03
End Date: 2026-05-18
Contract Duration: 45 days
Daily Burn Rate: $61/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PLATE, IDENTIFICATION (PLACARD): IAW 49 CFRPARA172.519. ALUMINUM OVERALL, TYPE-FLIP(INSCRIPTIONCAN BE FLIPPED TO ''A BLANK PAGE,EXPLOSIVES 1.1, 1.2, 1.3, 1.4, 1/5 OR1.6'' ASREQUIRED).REQUIRED).
Place of Performance
Location: VAN NUYS, LOS ANGELES County, CALIFORNIA, 91406
Plain-Language Summary
General Services Administration obligated $2,750.4 to F & M MICRO PRODUCTS INC for work described as: PLATE, IDENTIFICATION (PLACARD): IAW 49 CFRPARA172.519. ALUMINUM OVERALL, TYPE-FLIP(INSCRIPTIONCAN BE FLIPPED TO ''A BLANK PAGE,EXPLOSIVES 1.1, 1.2, 1.3, 1.4, 1/5 OR1.6'' ASREQUIRED).REQUIRED). Key points: 1. Value for money appears reasonable given the specialized nature of the product. 2. Competition dynamics indicate a potentially efficient procurement process. 3. Risk indicators are low due to the short duration and standard product type. 4. Performance context suggests a routine supply need for the agency. 5. Sector positioning is within the broader manufacturing and supply chain for government materials.
Value Assessment
Rating: good
The contract value of $2,750 for identification placards is relatively small, making direct comparison to larger contracts difficult. However, the unit price, if calculable, would need to be benchmarked against similar custom-manufactured signage. Given the firm-fixed-price nature, the government has locked in costs, which is a positive for budget predictability. The overall value is assessed as good for this specific, low-volume requirement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: unknown
The contract was competed under the Simplified Acquisition Procedures (SAP), suggesting a competitive process suitable for the contract's value. While the exact number of bidders is not specified, SAP generally encourages multiple offers for procurements below certain thresholds. This level of competition is typically sufficient to ensure fair pricing for smaller value items.
Taxpayer Impact: The competitive nature of this procurement, even under SAP, helps ensure that taxpayer funds are not overspent on these essential identification materials.
Public Impact
Federal agencies requiring standardized identification placards will benefit from this contract. The services delivered include the manufacturing and supply of specialized aluminum identification placards. The geographic impact is primarily within California, where the contractor is located. Workforce implications are minimal, likely involving a small number of manufacturing personnel.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for minor delays if manufacturing or shipping encounters unforeseen issues, though the short duration mitigates this.
- Ensuring the 'flip' inscription functionality meets all specific explosive class requirements.
Positive Signals
- Firm-fixed-price contract provides cost certainty.
- Short performance period minimizes execution risk.
- Contractor is located in California, potentially facilitating efficient delivery within the state.
- Procurement under SAP suggests a streamlined and potentially cost-effective process.
Sector Analysis
This contract falls within the broader manufacturing sector, specifically the production of specialized signage and identification products. The market for such items is diverse, ranging from small custom shops to larger industrial manufacturers. Government spending in this area supports domestic manufacturing capabilities and ensures the availability of critical safety and identification materials for federal operations.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, nor does it appear to involve significant subcontracting opportunities given its small value and specialized nature. The impact on the small business ecosystem is likely negligible, as it represents a standard procurement rather than a targeted initiative to boost small business participation.
Oversight & Accountability
Oversight for this purchase order will be managed by the General Services Administration (GSA) Federal Acquisition Service. Standard procurement regulations and contract administration processes apply. Transparency is maintained through federal procurement databases where contract awards are recorded. Inspector General jurisdiction would apply in cases of fraud or significant mismanagement.
Related Government Programs
- General Services Administration Supply Schedules
- Federal Supply Schedule Contracts
- Government Furnished Property
- Manufacturing and Industrial Supplies
Risk Flags
- Potential for non-compliance with hazardous material labeling regulations if inscription functionality is flawed.
Tags
gsa, general-services-administration, identification-placards, manufacturing, firm-fixed-price, competed, simplified-acquisition-procedures, purchase-order, california, small-value-contract, hazardous-materials-compliance
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $2,750.4 to F & M MICRO PRODUCTS INC. PLATE, IDENTIFICATION (PLACARD): IAW 49 CFRPARA172.519. ALUMINUM OVERALL, TYPE-FLIP(INSCRIPTIONCAN BE FLIPPED TO ''A BLANK PAGE,EXPLOSIVES 1.1, 1.2, 1.3, 1.4, 1/5 OR1.6'' ASREQUIRED).REQUIRED).
Who is the contractor on this award?
The obligated recipient is F & M MICRO 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 $2,750.4.
What is the period of performance?
Start: 2026-04-03. End: 2026-05-18.
What is the specific technical requirement for the 'flip' inscription on the identification placards?
The technical requirement specifies that the inscription on the aluminum identification placard can be flipped to display 'A BLANK PAGE, EXPLOSIVES 1.1, 1.2, 1.3, 1.4, 1/5 OR 1.6 AS REQUIRED'. This suggests a need for versatile labeling capabilities, likely for shipping or storage of various classes of explosives where the placard must be adaptable to different hazard classifications or indicate an empty state. Compliance with regulations like 49 CFR (Code of Federal Regulations) Part 172.519, which governs hazardous materials labels and placards, is mandatory. The exact configuration and material specifications would be detailed in the solicitation's statement of work or technical specifications.
How does the unit cost of these placards compare to commercial market rates?
Benchmarking the unit cost for these specialized placards against commercial market rates is challenging without knowing the exact quantity and specific customization details. However, given the $2,750 total award for what is likely a small batch of placards (implied by the short duration and low total value), the unit price is expected to be higher than mass-produced, generic identification tags. Factors contributing to potential higher costs include the specific aluminum material, the 'flip' inscription mechanism, and compliance with hazardous materials regulations. A detailed cost analysis would require comparing quotes from multiple specialized signage manufacturers for similar custom-ordered placards.
What are the primary risks associated with this contract?
The primary risks associated with this contract are relatively low due to its small value and short duration. Potential risks include minor delivery delays, although the 45-day performance period is brief. Another risk is ensuring the 'flip' inscription mechanism functions correctly and meets all specified requirements for different explosive classes, as non-compliance could have safety implications. Quality control to ensure the aluminum placard meets durability and legibility standards is also a consideration. However, the firm-fixed-price structure shifts most performance and delivery risks to the contractor.
What is the historical spending pattern for similar identification placards by the GSA?
Historical spending patterns for similar identification placards by the GSA would likely show a consistent need for such items, though potentially with varying award values and contract vehicles. GSA procures a wide range of supplies and equipment, and specialized signage is a recurring requirement. Analyzing past awards for placards, particularly those meeting hazardous material regulations, would reveal trends in pricing, competition levels, and the types of contractors utilized. This specific award of $2,750 appears to be a routine, low-value procurement, suggesting that GSA likely makes numerous similar purchases, possibly through different contract types or vehicles over time.
What is the track record of F & M MICRO PRODUCTS INC in fulfilling government contracts?
Information regarding the specific track record of F & M MICRO PRODUCTS INC in fulfilling government contracts is not detailed in the provided data. To assess their track record, one would typically review their past performance on federal contracts, including on-time delivery, quality of goods/services, and adherence to contract terms. Databases like the Federal Procurement Data System (FPDS) or the Contractor Performance Assessment Reporting System (CPARS) would provide insights into their history. For a contract of this small value, it's common for agencies to rely on basic vetting or past experience with the vendor rather than extensive performance reviews, assuming a low risk profile.
Industry Classification
NAICS: Manufacturing › Plastics Product Manufacturing › Polystyrene Foam Product Manufacturing
Product/Service Code: FOOD PREPARATION/SERVING EQPT
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6917 WOODLEY AVE, VAN NUYS, CA, 91406
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,750
Exercised Options: $2,750
Current Obligation: $2,750
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2026-04-03
Current End Date: 2026-05-18
Potential End Date: 2026-05-18 00:00:00
Last Modified: 2026-04-05
More Contracts from F & M Micro Products Inc
- Chair,Straight — $18.0K (General Services Administration)
- Dumbbell,Gymnastic: Solid Steel Encased in Urethane W/Handles & 12 Sided, Anti-Roll Heads With Stable, Flat, TIP Resistant Ends. 1 Pair Each in 5-50 LB in 5 LB Increments — $13.0K (General Services Administration)
- Polish, Plastic Aircraft Canopy:shall BE in Accordance With QPL P-P-560-12. Type 1, Liquid. TEN(10) Each 16 Ounce Containers — $12.4K (General Services Administration)
- Absorbent Material, Oiland Water: Paradigm Stardust Super Absorbent, P/N SD221H or Equal. Absorbs Liquid or Semi-Liquidon Contact Including Animal, Vegetable, Mineral,Petroleum and Chemical.composed of Inert, Inorganic Mineral, Amorphousalumina Silic — $10.2K (General Services Administration)
- Shipping and Storag — $9.6K (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)